SPECIAL NOTICE
99 -- Request for Information on Helium Pumping and Compression Equipment
- Notice Date
- 8/22/2025 6:32:02 AM
- Notice Type
- Special Notice
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- NASA KENNEDY SPACE CENTER KENNEDY SPACE CENTER FL 32899 USA
- ZIP Code
- 32899
- Solicitation Number
- 80KSC025B0001
- Response Due
- 9/22/2025 2:00:00 PM
- Archive Date
- 10/07/2025
- Point of Contact
- Justin Ko, Kristal Kerr
- E-Mail Address
-
justin.j.ko@nasa.gov, kristal.kerr@nasa.gov
(justin.j.ko@nasa.gov, kristal.kerr@nasa.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- SECTION 1. BACKGROUND NASA requires high pressure, gaseous helium to support a range of activities at KSC and CCSFS, including launch vehicle processing and launch operations. NASA provides gaseous helium throughout KSC and CCSFS via high pressure underground pipelines. The high-pressure helium is generated at KSC�s Converter Compressor Facility (CCF), which converts liquid helium into high-pressure gas. Following conversion, the high-pressure gaseous helium is distributed via pipelines to various facilities for processing and launch operations. Currently, the primary method of pressurization is through the lease of proprietary liquid helium pumps and an ambient air vaporization system. Over the road liquid helium tankers are connected to the liquid helium pumps. The liquid helium pumps pressurize the liquid helium to nominal pipeline pressure and is then routed to sets of ambient air vaporizers to achieve high pressure gaseous helium. Tied to this pump system is a scavenger compressor which can recapture some lost helium through the pumping operation. In addition to the liquid helium pumps the Government owns a legacy, two-stage compression system. Over the road liquid helium tankers are routed to sets of ambient air vaporizers. The ambient air vaporizers convert the low-pressure liquid helium to low pressure gaseous helium. The low-pressure gaseous helium is sent to the West end of the CCF which contains three compressors that will pressurize the helium to approximately 400 psig. The 400 psig helium is then routed to the East end of the CCF where four high pressure compressors achieve a final pressure of approximately 6,000 psig. SECTION 2. REQUEST FOR INFORMATION NASA/KSC would like to gain insight from industry on means to increase, or improve upon, its primary method of obtaining high-pressure helium to support KSC and CCSFS operations. NASA is currently able to recover approximately 150-200 standard cubic feet per minute (SCFM) of gaseous helium from the liquid pumping system through the scavenger compressor. The Government estimates greater than 15% inefficiencies, mostly attributed to startup processes. Section 3 Gaseous Helium Scavenger Framework below details some conditions and parameters for the scavenging system. As such, in addition to identification of market solutions to increase the Center�s ability to produce high-pressure gaseous helium, NASA would like feedback on means to enhance its scavenging system to mitigate helium losses. In addition to mitigating pumping losses, the scavenger compressors are intended to be able to bypass the liquid helium pump and provide high pressure helium directly into the pipeline after vaporization coming from the liquid helium tankers. Potential liquid helium pumping systems solutions should be compatible with or capable of meeting the performance conditions located in Section 3 of this notice. NASA welcomes all interested parties to respond to this notice. Respondents are requested to provide the information listed below. Responses are limited to 30 pages, and no more than 20 MB. A page is defined as one side of a sheet, 8 1/2"" x 11"", with at least one-inch margins on all sides, using not smaller than 12-point type. Foldouts count as an equivalent number of 8 1/2"" x 11"" pages. Responses must be submitted electronically in portable document format (PDF), with searchable text. Note: Responses may be marked as proprietary or may include �confidential commercial or financial information� markings. Additionally, NASA will not affirmatively release any information received in response to this notice to the public, but may use information received in developing the best approach for a contract strategy, and therefore such information may be recognizable to the interested party who submitted it. Responses should include the following: Company�s name, address, and a point of contact (name, title, and e-mail address) Unique entity identifier and Commercial and Government Entity (CAGE) code. Company�s size under NAICS 325120, Industrial Gas Manufacturing Recommendations, technologies, and solutions to increase, or improve upon, KSC�s primary and secondary methods of obtaining high-pressure helium to support KSC and CCSFS operations. Reference also Section 3 for system parameters. Respondents are encouraged to submit sufficient information to enable the Government to determine the viability of any equipment or system(s). Description of prior efforts performed during the last five years that are similar to the recommendations, technologies, and solutions discussed for NASA KSC�s CCF. For each effort, identify the contract number, agency or customer, and period of performance. Responses to the strategy feedback questions identified in Section 4. All responses must be submitted electronically via email to Justin Ko at justin.j.ko@nasa.gov and Kristal Kerr at kristal.kerr@nasa.gov no later than September 22, 2025, at 5:00 p.m. ET. Reference the notice ID and title in the subject line of any response. SECTION 3. PERFORMANCE SPECIFICATIONS/PARAMETERS The following specifications are for the CCF helium systems. However, NASA is interested in reviewing literature on other proposed systems and equipment that may not align with these specifications. Gaseous Helium Scavenger Framework a. Mechanical Criteria i. Each compressor should be able to accept inlet conditions of the following: Gaseous helium per MIL-PRF-27407D Grade A. Inlet pressure range of 1-70 PSIG. Minimum inlet pressure requirement is 1 PSIG or less. Inlet temperature range of -20F to 120F. ii. Each compressor should be able to compress gaseous helium to the following outlet conditions: Gaseous helium should meet MIL-PRF-27407D Grade A. Outlet pressure of 6000 psig. Outlet temperature range of 0F - 200F. iii. Each compressor should be able to flow at least 250 SCFM at the inlet minimum and outlet maximum conditions required above. iv. Each compressor should fit inside a footprint of 13 ft wide x 13 ft deep x 10 ft tall. b. Power Criteria i. Power required for each compressor should be no greater than 250 KW. This does not include any ancillary cooling equipment. ii. Power input shall be 480V, 3-Phase. c. Control Criteria i. Each compressor should be able to be run manually and remotely through a Programmable Logic Controller (PLC). ii. Each compressor PLC should be able to communicate with other external PLC�s in the form of ModBus communication or other similar communication protocol. iii. Compressor motors should have a variable frequency drive (VFD) to allow the unit to run at lower speeds as necessary. Liquid Helium Pumps a. Mechanical Criteria i. Liquid pump should be able to accept inlet conditions of the following: Liquid helium per MIL-PRF-27407D Grade A. Inlet pressure range of 1-70 PSIG. Minimum inlet pressure requirement is 1 PSIG or less. ii. Liquid pump should be able to supply 6,000 psi +/-5%. iii. Liquid pump should be able to provide nominal flow rate of 1,000 scfm. iv. Liquid pump should be designed specifically for liquid helium pumping applications. v. Liquid pump shall be able to provide a continuous flow of up to 24 hours. b. Power Criteria i. Power input should be 480V, 3-Phase. c. Control Criteria i. Pump should be able to run manually and remotely through a PLC ii. Pump PLC should be able to communicate with other external PLC�s in the form of Modbus communication or other similar communication protocol. iii. Pump motor should have a VFD to allow the unit to run at lower speeds as necessary. SECTION 4. STRATEGY FEEDBACK Provide feedback with supporting rationale for the items discussed below. The feedback may be used as research information to support the contract requirements or acquisition strategy development and is excluded from the page limitation identified in Section 2. The availability of helium pumps, for purchase or lease, that allow the conversion of liquid helium to gaseous helium. Any technical, contractual, or warranty factors that would affect sourcing gaseous helium from sources other than the pump supplier, if applicable. Period of Performance: Recommended lead time for purchasing, or period of performance for leasing pumps or other equipment, including any anticipated delivery and setup, if applicable. Existing Contract Vehicles: Identify existing contract vehicles (e.g., GSA Federal Supply Schedule, Government-Wide Agency Contracts, or any other Government Agency contract vehicle) under which your company can provide the required products and/or services. Include the contract number(s), ordering agency, and scope of work. SECTION 5. INDUSTRY ENGAGEMENT The KSC Propellants Team contemplates one-on-one meetings with industry following receipt of capability statements. The purpose of the one-on-one meetings is to provide respondents an opportunity to elaborate on any capabilities expressed in their respective capability statements and any recommendations or strategies provided in response to Section 4, Strategy Feedback, to enhance the Government�s understanding of industry capabilities and feedback. Meetings will take place from 9:00 a.m. to 5:00 p.m. ET, the week of October 20, 2025, via conference call or Microsoft Teams, and are estimated to be 45 minutes in duration. Respondents interested in meeting with the KSC Propellants Team are requested to provide in its capability statement the names, company affiliation, and titles of those who will attend (to include your respective contract manager(s) or contract administrator(s)). Note: All other interested parties may contact the contracting officer at the aforementioned address to schedule time to meet with the KSC Propellants Team to provide comments or feedback regarding strategy feedback or capabilities. Industry is further encouraged to revisit this notice for announcement of any additional engagement opportunities in the future. SECTION 6. OTHER All questions should be directed to the point of contact identified within this notice. NASA will not pay for any information solicited under this RFI. No solicitation exists; therefore, do not request a copy of a solicitation. If a solicitation is released it will be synopsized on SAM.gov. It is the interested party�s responsibility to monitor this website for the release of any subsequent solicitation or synopsis. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at: https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a8828043188a49c5a7989012039a59d5/view)
- Place of Performance
- Address: Cape Canaveral, FL, USA
- Country: USA
- Country: USA
- Record
- SN07562695-F 20250824/250822230040 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |