Skip to content
NASA

Request for Information/Sources Sought Notice for 15 ksi Cryogenic Vessel

Solicitation: 80SSC026K0004
Notice ID: 9562ff16ca51483e886b132485dbb0b2
TypeSources SoughtNAICS 332420DepartmentNASAStateMSPostedApr 13, 2026, 12:00 AM UTCDueApr 24, 2026, 06:00 PM UTCCloses in 11 days

Sources Sought from NATIONAL AERONAUTICS AND SPACE ADMINISTRATION • NATIONAL AERONAUTICS AND SPACE ADMINISTRATION. Place of performance: MS. Response deadline: Apr 24, 2026. Industry: NAICS 332420.

Market snapshot

Awarded-market signal for NAICS 332420 (last 12 months), benchmarked to sector 33.

12-month awarded value
$3,289,855
Sector total $52,555,775,462 • Share 0.0%
Live
Median
$191,599
P10–P90
$31,940$350,000
Volatility
Volatile166%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+6038%($3,184,383)
Deal sizing
$191,599 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for MS
Live POP
Place of performance
Stennis Space Center, Mississippi • 39529 United States
State: MS
Contracting office
Stennis Space Center, MS • 39529 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
MS20260125 (Rev 1)
Match signal: state matchOpen WD
Published Jan 23, 2026Mississippi • George, Greene, Jasper +3
Rate
ELECTRICIAN
Base $33.30Fringe $11.63
Rate
CARPENTER (Form Work Only)
Base $12.85Fringe $0.00
+41 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 41 more rate previews.
Davis-BaconBest fitstate match
MS20260125 (Rev 1)
Open WD
Published Jan 23, 2026Mississippi • George, Greene, Jasper +3
Rate
ELECTRICIAN
Base $33.30Fringe $11.63
Rate
CARPENTER (Form Work Only)
Base $12.85Fringe $0.00
Rate
CARPENTER, Excludes Form Work
Base $14.21Fringe $0.00
+40 more occupation rates in this WD
Davis-Baconstate match
MS20260022 (Rev 1)
Open WD
Published Jan 23, 2026Mississippi • Adams, Claiborne, Covington +13
Rate
ELECTRICIAN
Base $30.35Fringe $11.39
Rate
ELECTRICIAN
Base $32.90Fringe $7.89
Rate
BRICKLAYER
Base $18.30Fringe $0.00
+11 more occupation rates in this WD
Davis-Baconstate match
MS20260071 (Rev 1)
Open WD
Published Jan 23, 2026Mississippi • Adams, Amite, Claiborne +12
Rate
ELECTRICIAN
Base $33.30Fringe $11.63
Rate
IRONWORKER (STRUCTURAL)
Base $21.00Fringe $8.81
Rate
CARPENTER, Includes Form Work
Base $16.54Fringe $0.00
+8 more occupation rates in this WD
Davis-Baconstate match
MS20260067 (Rev 1)
Open WD
Published Jan 23, 2026Mississippi • Jones
Rate
ELECTRICIAN
Base $33.30Fringe $11.63
Rate
IRONWORKER (STRUCTURAL)
Base $21.00Fringe $8.81
Rate
CARPENTER, Includes Form Work
Base $16.54Fringe $0.00
+7 more occupation rates in this WD

Point of Contact

Name
Stephen Penton
Email
Stephen.d.penton@nasa.gov
Phone
Not available

Agency & Office

Department
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Agency
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Subagency
NASA STENNIS SPACE CENTER
Office
Not available
Contracting Office Address
Stennis Space Center, MS
39529 USA

More in NAICS 332420

Description

DISCLAIMER: This is a Request for Information only; it is not a Solicitation (i.e. Request for Proposal, Request for Quotation, or Invitation for Bids) or an indication that the National Aeronautics and Space Administration (NASA) – Stennis Space Center (SSC) will contract for the services contained in the RFI. This RFI is part of a Government market research effort to determine the scope of industry capabilities and interest and will be treated as information only. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses to this RFI are strictly voluntary and the Government will not pay respondents for information provided in response to this RFI. Responses to this RFI will not be returned and respondents will not be notified of the result of the review. Should a solicitation be released, it and any amendments will be available on SAM.gov. Offerors are responsible for monitoring SAM.gov and downloading their own copies.

                                                                                 15 ksi Cryogenic Vessel

General Description

NASA SSC is seeking information from qualified vendors capable of designing and fabricating a high-pressure, vacuum-jacketed cryogenic vessel suitable for liquid oxygen, Liquid Hydrogen and/or Liquid Methane service. A quantity of two will be required.

Intended Fluids

Liquid Oxygen, Liquid Methane, Liquid Hydrogen.

Requirements

Maximum Allowable Working Pressure (MAWP): 15,000 psig. Minimum Volume: 500 gallons, volume can deviate based on readily available forge tooling. Operating Temperature: Minimum -423°F, Maximum 100°F.

Vessel Construction Requirements

ASME Code rated vacuum jacketed vessel required. Must meet ASME BPVC Section VIII Divisions I, II, or III, piping to conform to ASME B31.3. Vessel shall include vacuum insulation, diffuser, and anti-vortex device.

Mechanical Interface Requirements

Main nozzle located on bottom. Primary nozzle connection: 6-inch R-CON or equivalent with justification. Fill nozzle, pressurization nozzle, vent nozzle, location TBD, type R-Con.

Testing & Certification

Testing shall conform to ASME BPVC.  Hydrostatic or required proof testing at vendor facility.

Marking Requirements

Vessel must be permanently marked with manufacturer part number, serial number, MAWP, date of manufacture, and pressure test information.

RFI Response Expectations

Vendors should provide a capability statement, similar past project experience, ASME certifications, in-house testing capability, ROM cost and schedule, and any exceptions requiring clarification.

RESPONSE INSTRUCTIONS:

Respondents to this RFI are to provide the following:

  1. The legal Name and full Address of your Company.
  2. Your Company's Unique Entity Identifier (UEI).
  3. A detailed description of your company's interest in, and demonstrated ability to perform, the requirements specified within the requirement specified in this notice.
  4. All relevant small business designations as certified by the Small Business Administration (SBA).
  5. Provide examples of up to three (3) past projects of similar size and complexity.

Responses should be formatted as either MS Word (.docx) or Adobe Portable Document Format (.pdf) and should be limited to a maximum of ten pages.

Proprietary/competition sensitive information (appropriately marked) will be protected from disclosure to the greatest extent practical; however, it is preferred that respondents do not provide proprietary or otherwise restricted responses. No faxes, courier delivered, or telephone inquiries/submissions will be accepted.

QUESTIONS FOR INDUSTRY:

The Government requires that interested vendors responding to this RFI, provide their answers, experience, and recommendations on the following questions related to providing a 15 ksi Cryogenic Vessel:

  1. What NAICS code do you recommend for this requirement. (ie. 332311, 332420, 333914, 423830, 423510, or other)
  2. What is your average project duration (from contract award to delivery, and installation)?
  3. Is a one-year warranty included in the total price for a cryogenic vessel, or is that a separate cost?
  4. Provide any additional recommendations that would help the marketplace propose/quote this requirement.
  5. Would you consider this as COTS?

CONTACT INFORMATION & SUBMISSION:

All questions related to this Request for Information (RFI) should be directed to Stephen Penton at stephen.d.penton@nasa.gov by the close of this RFI April 24, 2026 1:00 P.M. CST

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

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.