NASA/Kenndy Space Center (KSC) is hereby soliciting information from potential sources for
liquid and gaseous helium as described herein, for Wallops Flight Facility (WFF) at Columbia
Scientific Balloon Facility California (CSBF CA), Texas (CSBF TX), New Mexico (CSBF NM),
and Oregon (CSBF OR), KSC, Glenn Research Center (GRC), Goddard Space Flight Center
(GSFC), Jet Propulsion Laboratory (JPL), Marshall Space Flight Center (MSFC), Michoud
Assembly Facility (MAF), Stennis Space Center (SSC) and White Sands Test Facilty (WSTF)
under a contemplated Agency-wide acquisition. KSC will be the buying location for these sites.
The National Aeronautics and Space Administration (NASA)/KSC is seeking capability
statements from all interested parties, including all socioeconomic categories of Small
Businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI),
and members of the underserved communities as defined by Executive Order 13985, Advancing
Racial Equity And Support For Underserved Communities Through The Federal Government,
for the purposes of determining the appropriate level of competition and/or small business
subcontracting goals for liquid and gaseous helium. The Government reserves the right to
consider a Small, 8(a), Women-owned (WOSB), Service Disabled Veteran (SD-VOSB),
Economically Disadvantaged Women-owned Small Business (EDWOSB) or HUBZone business
set-aside based on responses received. The North American Industry Classification System
(NAICS) code is 325120 - Industrial Gas Manufacturing, and the corresponding size standard is
1,000 employees.
Requirements under the contemplated Agency-wide acquisition include, but are not limited to:
(1) Deliver quantities of gaseous helium (GHe), in standard cubic feet (scf) and liquid helium
(LHe) in liters to multiple NASA locations, as outlined within the Draft Schedule of
Supplies.
(2) Ability to provide GHe (scf) and LHe (liters) to the required specifications.
No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is
released, it will be synopsized on SAM.gov. Interested firms are responsible for monitoring this
website for the release of any solicitation or synopsis.
Interested firms having the required capabilities necessary to meet the above requirement
described herein should submit a capability statement of no more than 10 pages indicating the
ability to perform all aspects of the effort. The requirements outlined within this request are
intended to be met by commercial products.
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. The capability statement must include: company’s name, address, and a point of
contact (name, e-mail address, and address); Data Universal Numbering System (DUNS) number
and cage code; number of years in business; annual receipts in accordance with 13 CFR
121.104(c) and the period of measurement used; company’s size and socioeconomic status under
NAICS code 325120; ownership, affiliate information (as applicable) including parent company
and joint venture partners; interest as a prime or subcontractor; interest in being included on an
interested parties list; and specific capabilities relevant to the liquid and gaseous helium
requirements. It is not sufficient to provide general brochures or generic information. In addition,
the capability statement must include, at a minimum, three contracts in effect during the period:
January 1, 2019, to the present. For each contract, identify/provide the following: contract
number; customer name; period of performance; a brief description of relevant work performed;
company role (i.e., prime or sub); number of employees; and contract or subcontract value.
Responses should not include proprietary or confidential information; however, if proprietary
data is included in a reply, it is to be marked as such.
KSC is also interested in feedback, with supporting rationale, from industry regarding
subcontracting opportunities, phase-in length, and preferred length of contract to include base
and option periods. This feedback may be used as research information to support development
of an acquisition strategy and is excluded from the page limitation identified above.
He supplies applicable to the contemplated Agency-wide Helium Acquisition are performed
under the following Agency-wide contracts: 80KSC022DA124, 80KSC022DA125,
80KSC022DA126.
All responses shall be submitted electronically via email to Victoria Hargrave, Contracting
Officer, at [email protected] no later than May 22, 2024 at 4:00 p.m. EST. Please
reference NNK24ZOS1L in any response.
The attached document (Draft Schedule of Supplies) is an Informational Draft Only.
This synopsis is for information and planning purposes only and is not to be construed as a
commitment by the Government nor will the Government pay for information solicited.
Respondents will not be notified of the results of the evaluation.