Request for Information/Sources Sought Notice for 15 ksi Cryogenic Vessel
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.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 41 more rate previews.↓
Point of Contact
Agency & Office
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:
- The legal Name and full Address of your Company.
- Your Company's Unique Entity Identifier (UEI).
- A detailed description of your company's interest in, and demonstrated ability to perform, the requirements specified within the requirement specified in this notice.
- All relevant small business designations as certified by the Small Business Administration (SBA).
- 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:
- What NAICS code do you recommend for this requirement. (ie. 332311, 332420, 333914, 423830, 423510, or other)
- What is your average project duration (from contract award to delivery, and installation)?
- Is a one-year warranty included in the total price for a cryogenic vessel, or is that a separate cost?
- Provide any additional recommendations that would help the marketplace propose/quote this requirement.
- 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.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.