Notice of Intent to Sole Source Liquid Helium Supply and Liquid Helium Pump Lease for NASA/KSC
Special Notice from NATIONAL AERONAUTICS AND SPACE ADMINISTRATION • NATIONAL AERONAUTICS AND SPACE ADMINISTRATION. Place of performance: FL. Response deadline: Feb 11, 2026. Industry: NAICS 325120 • PSC 9135.
Market snapshot
Awarded-market signal for NAICS 325120 (last 12 months), benchmarked to sector 32.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 325120
Description
NASA/John F. Kennedy Space Center (KSC) has a requirement for the supply of bulk liquid helium (LHe) and six LHe pumps to support operations at the KSC Converter Compressor Facility (CCF) and the KSC gaseous helium (GHe) supply pipeline. The pipeline supplies both KSC and the Cape Canaveral Space Force Station (CCSFS). The KSC bulk LHe to GHe conversion system and the CCF capability that supplies the GHe into the pipeline is a launch critical element supporting space launch operations. The GHe provided through the CCF must meet the very high pressure (~6000 psi) and flow rate (~1500-1800 scfm) required by the space launch operations that it supports and are not standard rates of typical commercial supply lines.
NASA/KSC intends to issue a sole source contract to acquire the LHe and lease the LHe pumps from Air Products and Chemicals, Inc. (APCI).
APCI was identified to have the only operational LHe pump known to meet the required performance criteria, including peak pressure and flow rate, to support launches. Due to the proprietary nature of the APCI LHe pumps, only LHe from APCI may be utilized to flow through the pumps. The statutory authority permitting other than full and open competition is FAR Part 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements, 10 U.S.C. 2304(c)(1). This requirement meets the definition of a commercial item in accordance with FAR 2.101.
Interested organizations may submit their capabilities and qualifications to perform the effort electronically via email to Rose Dougherty, Contracting Officer, at rose.a.dougherty@nasa.gov not later than 4:30 PM Eastern Time on February 11, 2026. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this acquisition on a competitive basis. A determination by the Government not to compete this acquisition on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government.
NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition is Mr. Edwin Martinez who may be reached by email at Edwin.Martinez-1@nasa.gov or phone at (321) 867-1699.
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.