Draft Request For Proposal (DRFP) for NASA Agency-wide Supply of Liquid and Gaseous Helium
ID: 80KSC024R0010Type: Presolicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA KENNEDY SPACE CENTERKENNEDY SPACE CENTER, FL, 32899, USA

NAICS

Industrial Gas Manufacturing (325120)

PSC

LIQUID PROPELLANT FUELS AND OXIDIZERS, CHEMICAL BASE (9135)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) is issuing a Request for Proposal (RFP) for the agency-wide supply of gaseous and liquid helium, designated as Solicitation No. 80KSC024R0010. This procurement aims to establish an indefinite delivery/indefinite quantity (IDIQ) contract to ensure a reliable supply of helium essential for various NASA operations, including cryogenics and scientific experiments. The contract will span five years, comprising a two-year base period from October 1, 2025, to September 30, 2027, followed by three one-year option periods, concluding on September 30, 2030. Proposals are due by February 3, 2025, and interested parties can direct inquiries to Victoria Hargrave at KSC-Helium-Info@mail.nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    NASA's Kennedy Space Center has issued a Draft Request for Proposal (DRFP) to solicit feedback for the Agency-wide Supply of Gaseous and Liquid Helium. This initiative aims to procure helium necessary for various NASA facilities, including the Columbia Scientific Balloon Facility and several research centers across the U.S. Potential contractors are encouraged to comment on the draft solicitation's clarity, requirements, and evaluation criteria, promoting competition and efficiency in the procurement process. The projected contract spans five years, with a base period starting on October 1, 2025, and includes three option periods. The acquisition is categorized under NAICS code 325120, Industrial Gas Manufacturing. Interested parties must be registered in specific online databases and participate in an equal employment opportunity verification. Although the DRFP does not solicit proposals, comments are requested by December 12, 2024. Following this, a final RFP is expected to be released on December 20, 2024, with proposal submissions anticipated shortly thereafter. This document represents NASA's proactive approach to ensuring transparency and industry engagement in its procurement processes for essential materials required for its operations.
    The document is an amendment to solicitation number 80KSC024R0010, effective January 29, 2025, which includes key revisions such as extending the RFP proposal due date from February 3, 2025, to February 12, 2025, and updates to multiple attachments related to the Statement of Work. Specific modifications involve clarifying delivery requirements for helium at various NASA centers and adjusting forms to include specific frequency requirements. The amendment outlines submission processes for offers and contractor responsibilities during delivery operations.
    This document outlines Amendment 0002 to the NASA RFP 80KSC024R0010 concerning the supply of gaseous and liquid helium. The amendment details several updates to terms and conditions, including revisions to clauses related to technical acceptability and price proposal requirements. Specific updates include the replacement of the Statement of Works (SOW) for various CLINs and adjustments to the Price Proposal Template. The proposal process involves submitting capability forms for each proposed location, alongside detailed pricing submissions across defined contract periods. The government emphasizes the importance of fair and reasonable pricing evaluations, adhering to federal regulations. Delivery requirements for various NASA facilities are specified, including routine and emergency delivery hours, access protocols, and unique equipment requirements. Overall, the amendment ensures clarity in submission guidelines and delivery logistics for helium supplies essential for NASA operations, indicating a structured approach to project management and procurement within federal government contracts.
    The document addresses NASA's Request for Proposals (RFP) focused on the acquisition of gaseous and liquid helium, providing a series of questions submitted by potential contractors along with the government’s responses. Key points include clarity on requirements for connection configurations, purity specifications, delivery logistics, and compliance with various standards. Specific concerns addressed involve the adequacy of current equipment configurations, the need for transition periods for new contractors, and the confirmation of penalty or incentive structures related to delivery performance. Additionally, it emphasizes that detailed specifications about cryogenic connections, delivery logistics to unique locations, and equipment capacity are outlined within the Statement of Work (SOW) and various terms and conditions. The responses also specify the government’s expectations regarding average delivery metrics, compliance with materials standards, and potential challenges unique to delivering helium to locations with specific logistical issues. Overall, this RFP seeks to ensure that providers understand NASA's needs, promote fair competition, and adhere to the required technical and operational standards for helium supply.
    The document pertains to NASA's Request for Proposals (RFP) concerning the agency-wide acquisition of gaseous and liquid helium. It outlines questions and their corresponding government responses regarding specific requirements tied to the Statement of Work (SOW) and pricing proposal sections. Key inquiries address the supply of a flex hose and the acceptability of using an ISO container rather than a tanker in deliveries to Cape Canaveral. The government confirms that NASA will provide the necessary flex hose and clarifies that an ISO container is compatible with the requirements, as it typically consists of a mounted ISO on a chassis. Additionally, the document seeks clarifications on the pricing proposal template, specifically the delivery charge section related to diesel fuel price variances, with an indication of updated instructions for this section. The RFP aims to ensure efficient procurement processes while addressing suppliers' queries for a clear understanding of operational requirements and pricing structures.
    The NASA Supply of Helium Statement of Work outlines the requirements for supplying liquid and gaseous helium to various NASA facilities, detailing delivery schedules, quantities, and special requirements. Each facility, including the Columbia Scientific Balloon Facility, Cape Canaveral Space Force Station, and others, has specific anticipated order quantities ranging from bulk gas to liquid nitrogen, with distinct delivery hours and conditions. For instance, the Government anticipates ordering substantial amounts—up to 1,280,000 standard cubic feet of helium per month at certain locations—reflecting their operational demands. Special delivery equipment requirements are emphasized, including specifications for bulk gas trailers, ISO containers for Antarctic operations, and specific dewars for liquid helium. Access to NASA locations is regulated, with strict badge and citizenship requirements for personnel involved in deliveries. The Statement of Work also highlights peak requirements that may arise during additional operational needs. This document serves as a guide for potential contractors bidding on the RFP to understand the expectations and logistical considerations involved in helium supply to support NASA's diverse missions and projects.
    The document outlines NASA's requirements for the supply of liquid and gaseous helium across various facilities nationwide, focusing on anticipated needs categorized by Contract Line Item Numbers (CLINs). Key facilities mentioned include the Columbia Scientific Balloon Facility (CSBF), Cape Canaveral Space Force Station, Glenn Research Center, and others. Each section provides details such as delivery addresses, hours, routine requirements, peak requirements, special delivery equipment, and access requirements for contractors. The Government anticipates bulk gas and dewars in specific quantities throughout the year, with some locations requiring emergency deliveries and special equipment tailored for operational needs. A detailed delivery schedule indicates regular and peak demand periods, emphasizing compliance with specific pressure and safety requirements. The document also highlights the necessity for badged personnel following security standards for access to NASA sites. Overall, this Request for Proposal (RFP) serves as a comprehensive guide for potential contractors aiming to meet NASA's helium supply needs, ensuring adherence to operational specifications while facilitating collaboration across multiple locations.
    The document pertains to a Capability Form associated with the NASA Agency's solicitation for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the supply of gaseous and liquid helium. The form requires contractors to provide comprehensive details about their production capacities, including maximum daily, weekly, and monthly production rates, as well as fixed storage capabilities. Key sections include contractor information, production facility specifics, average inventories, and transportation logistics. The solicitation emphasizes the importance of meeting NASA's helium supply requirements and suggests that prospective offerors must provide historical data pertaining to their production and distribution capabilities over specified periods. This document serves as a foundation for assessing potential suppliers to ensure they can fulfill NASA's needs efficiently and reliably in the context of government contracting processes.
    The document outlines a Capability Form related to NASA's solicitation (80KSC024R0010) for an agency-wide supply of gaseous and liquid helium. It specifies the required contractor details, production facilities, and average inventory metrics pertaining to helium supply and distribution over designated periods. Key production capabilities, including maximum daily and monthly production rates, are also indicated.
    The document outlines the Capability Form for NASA's solicitation (80KSC024R0010) regarding the supply of gaseous and liquid helium. It includes structured data fields for potential contractors to detail their production capabilities, storage specifics, and transportation logistics related to helium supply. Key requirements include maximum daily, weekly, and monthly production rates, average inventories, and contact details for production and transfilling facilities. Contractors are also asked to provide logistical information such as the number of trucks, tanker capacities, and driver counts over specified time frames. The purpose of this document is to gather comprehensive data from potential suppliers to evaluate their ability to meet NASA's helium supply needs effectively, emphasizing production capacity and operational readiness.
    The document is a draft solicitation for NASA's agency-wide supply of gaseous and liquid helium, designated as Solicitation 80KSC024R0010. It outlines the requirements for prospective contractors, including key information such as production capabilities, contact details, and facility particulars. The Capability Form requires contractors to provide maximum daily, weekly, and monthly production rates, as well as average inventories and storage capabilities for helium. Additionally, it specifies distribution logistics, including the number and capacity of transportation vehicles, and drivers involved in the delivery process. The document emphasizes NASA's operational requirements for helium supply, indicating the need for comprehensive data from bidders to ensure compliance with the solicitation's production and storage expectations. Overall, this draft seeks to gather detailed contractor capabilities to assess potential suppliers for the helium supply contract effectively.
    This document lists various government-furnished liquid helium dewars across NASA facilities, detailing their descriptions, acquisition values, model numbers, manufacturers, serial numbers, locations, and relevant FSC codes. The inventory includes multiple entries for 500-liter dewars from CRYOFAB INC., primarily located at MAF, and several smaller 100-liter dewars available at JPL and KSC, with corresponding financial values noted. Overall, it provides a comprehensive overview of the helium supply across NASA operations.
    The document outlines a comprehensive inventory of semitrailers and dewars used for storing gaseous and liquid helium across various NASA centers, including GRC, JSC, and JPL. It features details such as ECN/tag numbers, descriptions, acquisition values, manufacturer names, and locations. The semitrailers, specifically for compressed helium tubes, vary in price from approximately $19,345 to $191,700, indicating diverse specifications and manufacturers, including Independent MFG Co Inc and FIBA Technologies. The document also catalogues numerous dewars, primarily from Cryofab Inc., highlighting their role in liquid helium storage, with acquisition values around $2,615 to over $9,223 for larger capacities. This structured inventory serves vital functions for procurement and inventory tracking related to NASA's supply chain management, focusing on helium storage solutions essential for their research and operation needs. The systematic documentation of equipment, their specifications, and monetary values reflect efforts to maintain effective asset management and ensure compliance with governmental procurement standards. Overall, this file is crucial for both acquisition planning and operational support within NASA's gaseous and liquid helium supply initiatives.
    The document pertains to a Request for Proposal (RFP) issued by NASA, focusing on the agency-wide procurement of liquid and gaseous helium. The purpose of the RFP is to establish a reliable supply of these critical materials, which are essential for various scientific and operational processes within NASA. The document highlights the importance of helium in applications such as cryogenics, scientific experiments, and maintaining operational standards across NASA facilities. It likely includes guidelines for vendors regarding proposal submission, scope of work, and criteria for selection, although specific details may be reserved in the attachment as indicated. The overall initiative reflects NASA's ongoing commitment to securing necessary resources to support its extensive research and aerospace missions, ensuring operational efficiency and scientific advancement.
    The document outlines the NASA Agency-wide Supply of Liquid and Gaseous Helium Annual Site Inspection Cost Proposal Template, categorized under Solicitation # 80KSC024R0010 - DR. It provides detailed instructions for contractors on how to complete their cost proposals for annual site inspections. Key components include inputting travel and labor costs in designated areas of an Excel workbook, ensuring accuracy in calculations, and providing supporting documentation such as quotes for travel expenses. The template consists of multiple tabs including a cover sheet, instructions, cost breakdowns, and documentation requirements. Contractors are instructed to adhere to GSA Per Diem and Mileage Rates and to submit detailed breakdowns for other expenses. Approval for all travel costs must be obtained from the Contracting Officer as per contractual agreements. This structured approach emphasizes financial accountability and compliance in securing funds for necessary inspection activities within NASA, thereby enhancing operational efficiency and oversight in government contracting.
    The document is a draft solicitation (80KSC024R0010) from NASA focused on the supply of gaseous and liquid helium. It includes detailed pricing templates for bidders to fill out, specifying requirements for various cost components, such as helium unit prices, delivery charges, and additional pricing considerations. These prices are to be provided for multiple contract periods extending over five years, comprising two base years and three optional years. Offerors must detail their proposed prices for each Contract Line Item Number (CLIN), along with relevant delivery locations and quantities. The complete pricing proposal is to be presented in an Excel format, with specific worksheet tabs for a thorough breakdown of prices. Moreover, the government will evaluate delivery charges based on historical diesel prices, reflecting fixed and variable delivery costs. Overall, the document serves as a comprehensive guideline for potential suppliers to prepare their bids in accordance with NASA's specifications for helium supply, ensuring a standardized evaluation process for all proposals in this government contract effort. This approach aligns with federal procurement protocols aimed at securing essential materials for various NASA projects while fostering transparency and competition among suppliers.
    The document outlines the NASA Solicitation #80KSC024R0010 for the supply of gaseous and liquid helium over a five-year period, divided into two base periods and three optional periods. The pricing template includes separate worksheets for helium prices, delivery charges, and other pricing options, with Offerors required to provide unit prices that encompass all costs associated with the products for government inspection and acceptance. Each worksheet facilitates the summary of offered prices for specific delivery locations. Evaluation of delivery charges particularly focuses on historical diesel fuel prices, with a specific bracket chosen for calculation purposes. The Offeror must provide detailed pricing for various delivery methods and circumstances such as rental costs, emergency delivery, and demurrage. Each proposed price must be completed in the provided Excel template, ensuring all calculations are accurate and within the designated fields. The total evaluated price will be summarized automatically based on the inputs provided. This solicitation is a structured approach to ensuring NASA receives competitive pricing for essential helium supplies, emphasizing transparency and thorough evaluation methods to maintain procurement integrity.
    The document concerns NASA's Request for Proposals (RFP) for the supply of gaseous and liquid helium, specifically Solicitation # 80KSC024R0010. It outlines the price proposal template for potential Offerors, which includes several key components: Helium price, delivery charges, and other pricing. The contract spans five years, comprising two base periods and three one-year option periods. Offerors must provide comprehensive pricing, including fixed, variable, and incremental costs along with delivery charges for designated locations. The pricing template, detailed in various worksheet tabs, necessitates that Offerors input their proposed prices for helium across different contract years while ensuring accuracy for evaluation purposes. Notably, the document specifies delivery charges based on diesel fuel thresholds and calculates total evaluated prices based on the proposed pricing data. Ultimately, this solicitation aims to facilitate an effective procurement process for reliable helium supply, ensuring NASA meets its operational requirements while fostering competitive bidding among suppliers. The comprehensive structure and clarity in presentation seek to optimize price evaluation and contract compliance.
    NASA's Kennedy Space Center (KSC) issued a Request for Proposal (RFP) for the agency-wide supply of Gaseous and Liquid Helium, designated as Solicitation No. 80KSC024R0010. This acquisition will be conducted through full and open competition, adhering to industry standards, with a NAICS code of 325120. The contract will span five years, comprising a two-year base period and three one-year options, culminating on September 30, 2030. Proposals are due by February 3, 2025, with an anticipated award date of August 1, 2025. Location for contract performance includes various NASA facilities across the United States. Offerors must comply with all solicitation requirements, including having a matching CAGE code and reviewing significant changes from a previously released draft RFP. Questions regarding the RFP must be directed to the Contracting Officer, with a deadline for inquiries set for January 9, 2025. This RFP emphasizes NASA's need for helium supplies for various operations, highlighting the agency's commitment to transparency and fair competition while noting there is no obligation for proposal costs. The document serves to ensure potential offerors are well-informed about proposal preparation and expectations.
    The document outlines NASA's Request for Proposals (RFP) regarding the acquisition of gaseous and liquid helium, covering questions and government responses related to the Statement of Work (SOW) and underlying conditions. Key information includes delivery logistics, helium pressure specifications, and compliance requirements, emphasizing that common carriers are allowed to deliver liquid dewars, typically at around 3000 psi. Contractors may bid for bulk gas alone without the need for liquid helium services at all sites, and are expected to address supply constraints and adapt to emergency delivery requirements. The document also details the absence of on-site liquid helium storage at certain sites and mentions the flexibility in delivery scheduling for specific missions. Furthermore, it clarifies pricing structures and confirms that the government holds unilateral rights for contract option extensions. Overall, the RFP aims to efficiently meet NASA's helium supply needs for aerospace operations while ensuring compliance and adaptability to unforeseen challenges within the projected timeline. Proposals are due by February 3, 2025, with a final clarifying question period ending on January 9, 2024.
    The document serves as a guideline for submitting inquiries regarding NASA's Helium Draft Request for Proposal (RFP) numbered 80KSC024R0010, which pertains to the agency-wide supply of gaseous and liquid helium. Interested parties must complete the provided form, ensuring all sections are filled out. Questions and comments must be submitted via email to KSC-Helium-Info@mail.nasa.gov by the deadline of December 12, 2024. The document emphasizes the importance of adhering to this submission format and deadline as part of the proposal process. This RFP is part of a broader federal initiative to secure necessary supplies for scientific and operational applications, highlighting its significance within federal procurement activities.
    NASA is hosting an Industry Day on December 6, 2024, to discuss the Agency-wide Supply of Gaseous and Liquid Helium, providing an overview of requirements and locations for prospective suppliers. Questions can be submitted via email until December 12, 2024, and responses will be posted on https://SAM.gov, with a final Request for Proposal anticipated around December 20, 2024. The competitive acquisition will consist of fixed-price delivery orders with a total contract performance period of up to five years, starting October 1, 2025.
    NASA is hosting a virtual pre-solicitation conference on December 6, 2024, at 11:00 a.m. Eastern Time, regarding the Agency-wide Supply of Liquid and Gaseous Helium. Interested participants must register by emailing KSC-Helium-Info@mail.nasa.gov by December 5, 2024, at 4:30 p.m. The conference aims to enhance competition by informing potential offerors about the acquisition, its locations, and preliminary details. The presentation will last approximately one hour, during which no questions will be entertained. However, attendees can submit inquiries before the event and post-conference via email; these will be answered and published on SAM.gov until December 12, 2024. The document emphasizes the necessity for participants to monitor the SAM.gov site for updates regarding the acquisition opportunity. This conference is an essential information session designed to facilitate understanding and engagement in the procurement process for suppliers of helium to NASA, showcasing the agency's commitment to transparent communication and competition in government contracts.
    NASA is organizing an industry conference regarding the Agency-wide Supply of Liquid and Gaseous Helium Acquisition, scheduled for December 6, 2024, at 11:00 a.m. Eastern Time. This virtual event welcomes registered attendees, with registration closing on December 5, 2024. The conference aims to enhance understanding of the acquisition opportunities and promote competition among potential offerors. Following the conference, NASA will host in-person site visits at various locations from December 9 to 11, including Langley Research Center and Johnson Space Center. Participants must register for each site visit individually, and attendance is restricted to two representatives per company. All attendees are required to be U.S. citizens. Questions regarding the conference and site visits must be submitted via email, and responses will be published on SAM.gov. This initiative underscores NASA’s commitment to transparency and effective industry engagement for the helium supply acquisition, ensuring interested parties are well-informed throughout the process.
    NASA is organizing a virtual industry conference for the Agency-wide Supply of Liquid and Gaseous Helium Acquisition on December 6, 2024, followed by in-person site visits from December 9 to 11, 2024. The conference aims to foster competition by informing potential offerors about the acquisition process and specifics related to the helium supply. Registration is required before the conference, which will not include a Q&A session. The site visits will take place at various NASA facilities, with attendance limited to two participants per company. Participants must register for each site visit separately, ensuring they comply with access regulations as US citizens. Questions can be submitted before and after the conference or site visits, and answers will be posted on SAM.gov. The document underscores NASA’s effort to engage industry stakeholders in the acquisition process, emphasizing transparency and communication to enhance competition in securing helium supplies. Prospective offerors are urged to monitor SAM.gov for updates regarding the acquisition.
    The file outlines a Request for Proposal (RFP) by NASA for the agency-wide supply of gaseous and liquid helium. This indefinite delivery/indefinite quantity (IDIQ) contract is structured to facilitate the purchase of helium over multiple periods, including a base period from October 1, 2025, to September 30, 2027, and three option periods through September 30, 2030. Key elements include delivery specifications, pricing adjustments according to diesel fuel costs, and numerous clauses from the Federal Acquisition Regulation (FAR) relevant to contract compliance and performance specifications. Various NASA centers will issue delivery orders, with specified annual estimated quantities and delivery locations across the United States. Additionally, the document describes pricing structures, delivery charges, and conditions for emergency requirements and contractor responsibilities. Emphasizing safety, quality assurance, and inspection processes, this RFP illustrates NASA’s commitment to maintaining high operational standards while meeting helium supply needs essential for its aerospace missions.
    Similar Opportunities
    68--HELIUM,HI-PURITY AN
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of high-purity helium gas. This procurement is critical for various defense applications, requiring compliance with stringent quality assurance and inspection standards. The selected contractor will be responsible for delivering the helium in accordance with specified technical documentation and packaging requirements, with an emphasis on timely delivery and adherence to safety protocols. Interested vendors should contact Trevor L. Allander at 564-230-2182 or via email at TREVOR.L.ALLANDER.CIV@US.NAVY.MIL for further details, and proposals must be submitted by the deadline indicated in the solicitation.
    RESEARCH OPPORTUNITIES IN SPACE AND EARTH SCIENCES (ROSES) 2025
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is set to release its annual Research Opportunities in Space and Earth Sciences (ROSES) – 2025 solicitation around July 10, 2025. This comprehensive announcement will encompass various program elements, each with distinct due dates and topics, aimed at supporting a wide range of basic and applied research in space and Earth sciences. Proposals may be submitted by a diverse array of organizations, including domestic and foreign entities, with awards typically ranging from under $100K to over $1M per year, depending on the scope of the proposed work. Interested parties should register with NSPIRES and Grants.gov, and are encouraged to submit notices of intent by August 11, 2025, with full proposals due no earlier than September 8, 2025. For further inquiries, contact Max Bernstein at sara@nasa.gov or call 202-358-0879.
    Chamber Services for decompression sickness testing of exercise countermeasures
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide chamber services for decompression sickness testing related to exercise countermeasures, as outlined in Request for Quotation (RFQ) 80NSSC26920179Q. The procurement aims to support NASA's Aerospace Estimation Tool for Hypobaric Exposure Risk (AETHER) project, which investigates the effects of exercise on decompression sickness risk during space missions. This specialized service is critical for ensuring astronaut safety and performance during extravehicular activities (EVA). Quotes are due by December 8, 2025, at 7 a.m. CT, and interested vendors must submit their proposals to Shanna Patterson at shanna.l.patterson@nasa.gov, referencing the tracking number in the email subject. Additionally, vendors must be registered at sam.gov and comply with specific telecommunications provisions to be eligible for award consideration.
    Hydrogen Purchase/Delivery to Amarillo, TX WFO
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking quotes for the purchase and delivery of hydrogen gas to the National Weather Service (NWS) Amarillo, TX Weather Forecast Office. The procurement involves a total Small Business Set-Aside contract that includes a base year from January 1, 2026, to December 31, 2026, and four additional option years, with an estimated requirement of 230 cylinders annually for weather balloon launches. Timely and consistent delivery is crucial, with deliveries scheduled every two weeks, and the contractor must adhere to strict delivery times and provide a certified pressure gauge annually. Interested vendors must submit their quotes electronically to Jamie.Rosales@noaa.gov by 12:00 PM MST/MDT on December 12, 2025, to be considered for this opportunity, which has an estimated total contract value of $34,647.12 over the five-year period.
    AVIATOR BREATHING OXYGEN AND LIQUID NITROTGEN in MIDWEST REGION 9.1C
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is preparing to solicit qualified suppliers for a five-year contract to deliver Aviator Breathing Oxygen (ABO) and Liquid Nitrogen (LN2) to various locations in the Midwest region. This procurement includes not only the products themselves but also associated services such as expedited delivery, equipment installation and removal, and applicable fees. The contract, which will be awarded as a Firm Fixed-Price Type Requirements Contract, is crucial for supporting the Department of Defense's aerospace energy needs and is expected to be issued around December 10, 2025, with a performance period from July 1, 2026, to June 30, 2031. Interested parties can direct inquiries to Kelli Boles at kelli.boles@dla.mil or Willard Ramseur at willard.ramseur@dla.mil for further information.
    QUAD CALIBRATION GAS - PRESOLICITATION CM25160006
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of QUAD CALIBRATION GAS under presolicitation CM25160006. This acquisition involves a firm-fixed price, indefinite quantity contract for National Stock Number (NSN) 6665-20-001-4671, with a total small business set-aside, aimed at supporting DLA stock in the continental United States. The contract is valued at up to $2,278,881 and includes a one-year base period with two optional one-year extensions, emphasizing the importance of timely delivery and past performance in the evaluation process. Interested suppliers should submit proposals electronically via DIBBS or email to Kimberly Pozderac at kimberly.pozderac@dla.mil, with the solicitation expected to be available on or around November 21, 2025.
    Chamber Services for decompression sickness testing of CO2 countermeasures.
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking quotes for Chamber Services to conduct decompression sickness testing of CO2 countermeasures, as outlined in Request for Quotation (RFQ) 80NSSC26920246Q. The procurement involves providing hypobaric chamber services to support the development of the Aerospace Estimation Tool for Hypobaric Exposure Risk (AETHER), which aims to assess decompression sickness risk during simulated Extravehicular Activities (EVAs). This initiative is critical for ensuring astronaut safety and optimizing prebreathe strategies in space missions. Interested small businesses must submit their quotes by December 8, 2025, at 7 a.m. CT to Shanna Patterson at shanna.l.patterson@nasa.gov, referencing the tracking number in their email subject. Payments will not be made by credit card, and the total firm-fixed price is to be determined.
    FY26 Wave6 Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is planning to award a sole source contract for the FY26 Wave6 Renewal to DS Government Solutions Corp, identified as the sole provider for this requirement. This procurement, managed by the NASA Shared Services Center, will be conducted under FAR 13.106-1(b)(1)(i) and will take place at the NASA Johnson Space Center in Houston, Texas. The services sought are categorized under Other Computer Related Services, specifically focusing on IT and telecom business application development software as a service. Interested organizations are invited to submit their capabilities and qualifications by 1 p.m. Central Standard Time on December 1, 2025, to Cara Craft at cara.s.craft@nasa.gov, which may influence the decision on whether to conduct a competitive procurement process.
    Purchase an extrusion system that will be used to develop regolith composites
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the procurement of an extrusion system designed for the development of regolith composites. This system must include essential components such as a material hopper, filament cooling path, spool winder, and a hardened screw capable of processing thermoplastic and abrasive regolith materials. The procurement is set aside for small businesses, emphasizing the importance of this technology for NASA's research and development initiatives. Quotes are due by December 9, 2025, at 3:00 p.m. CT, and must be submitted to Laura Quave at laura.a.quave@nasa.gov, with technical questions due by December 5, 2025. Interested vendors must be registered on SAM.gov and adhere to specific provisions outlined in the RFQ and Statement of Work.
    Hydrogen Purchase/Delivery to Miami, FL WFO
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide hydrogen gas and cylinder rental services for the National Weather Service (NWS) Miami Weather Forecast Office (WFO). The procurement involves the purchase and delivery of a maximum of 230 full 300 CF hydrogen cylinders annually, with deliveries scheduled every two weeks, starting from January 1, 2026, through December 31, 2026, and includes four optional one-year extensions through December 31, 2030. This hydrogen is essential for various operational needs within the NWS, ensuring the agency can effectively carry out its weather forecasting responsibilities. Interested vendors must submit their quotes electronically by December 15, 2025, at 12:00 PM MST/MDT to Jamie.Rosales@noaa.gov, with the evaluation based on price and technical capability.