Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

Liquid Nitrogen Air Separation Unit

Active
nasa-9b8a6ff338f61ea0SLED
AI Contract Overview
Show more

The contract involves the procurement of a Liquid Nitrogen Air Separation Unit as part of the Future State Initiative Effort at the Stennis Space Center High Pressure Gas Facility. This procurement is a key element of the Renew High Pressure Gas Facility project, specifically Phase 1 of 2, aimed at enhancing and modernizing the facility’s capabilities. The new unit will significantly augment the current liquid nitrogen supply system, which relies on truck deliveries, by providing a more reliable and efficient source of nitrogen. This upgrade is intended to support the test complex and various other facilities at the Stennis Space Center. Managed by NASA’s Stennis Space Center, the contract is identified by solicitation number nasa-9b8a6ff338f61ea0, with a forecast posting date of April 1, 2026. The procurement falls under NAICS code 325120, which corresponds to industrial gas manufacturing activities. There is no set-aside designation for small businesses in this contract, but points of contact are provided, including a procurement official and a small business specialist, to assist interested parties. The place of performance is at the Stennis Space Center, and additional procurement details are accessible through NASA’s procurement forecast website.

General Info

Procurement of Liquid Nitrogen Air Separation Unit to upgrade Stennis Space Center gas facility.

Agency

NAICS

325120 - Industrial Gas Manufacturing

View NAICS

Place of Performance

Stennis Space Center, MS, United States

Set-Aside

No set aside used
Documents(0)

No documents available

AI Contract Breakdown
Uniform Contract Format

No contract breakdown available.

Cannot generate Contract Breakdown because no documents were found from this contract's source.

Timeline
Posted

forecast

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencySSC
Contacts2 people available
OfficeN/A
Organization / Agency
SSC
View Agency Profile
Office Address

N/A

Contacts

2 contacts available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more
The Liquid Nitrogen Air Separation Unit procurement is a component of the Future State Initiative Effort at the Stennis Space Center High Pressure Gas Facility. It is part of a CoF Project, Renew High Pressure Gas Facility, Phase 1 of 2. The procurement will significantly supplement the existing liquid nitrogen truck delivery system, providing nitrogen for the test complex and other locations at Stennis Space Center
The Liquid Nitrogen Air Separation Unit (LNASU) procurement is a component of the Future State Initiative (FSI) Effort at the Stennis Space Center High Pressure Gas Facility. It is part of a CoF Project, Renew High Pressure Gas Facility, Phase 1 of 2.

Similar Contracts

NAICS: 325120
New
Federal

Compressed Industrial, High Purity, Specialty Gases IDIQ

The Army Contracting Command–Aberdeen Proving Ground is seeking qualified vendors capable of supplying Compressed Industrial, High-Purity, and Specialty Gases to support Army missions at multiple locations across the Continental United States, Alaska, and Hawaii. This requirement involves providing gases for analytical laboratory instrumentation and military-specific monitoring systems, with the contractor responsible for timely delivery, gas handling, rental hardware, and accessories. The anticipated contract is a Firm-Fixed-Price, Single-Award Indefinite Delivery/Indefinite Quantity (IDIQ) agreement with a five-year ordering period plus a six-month extension and an estimated ceiling value of approximately $2 million. The government is conducting market research through a Sources Sought Notice to gauge industry capabilities and determine whether to pursue a small business set-aside or full and open competition under NAICS code 325120 – Industrial Gas Manufacturing. Interested vendors are requested to submit comprehensive Capability Statements addressing their technical expertise, production capacity, distribution capabilities, past performance, safety procedures, small business status, and ability to support multiple delivery locations as outlined in the draft Statement of Work. The submission deadline is March 2, 2026, with responses to be emailed to the designated contract specialist and contracting officer. This notice is strictly for informational and planning purposes and does not constitute a solicitation or obligation to award a contract. Any future solicitations will be posted on the Government-wide Point of Entry, and no phone inquiries will be accepted regarding this notice.

W6QK Acc-apg Director

POSTED

1 day ago

DEADLINE

in 1 day

View Details
NAICS: 325120
New
Federal

R425--MEDICAL GAS DISTRO SYSTEM INSPECTION

This announcement is a sources sought notice issued by the Department of Veterans Affairs for market research purposes to identify qualified Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) capable of performing medical gas testing and inspection services at the VA San Diego Healthcare System (VASDHS). It is not a solicitation or request for proposals and does not obligate the government to award a contract. Interested parties are required to submit detailed capability statements demonstrating technical expertise and experience relevant to medical gas systems, along with their company information, including licensing and certifications. The scope of work involves comprehensive inspection, testing, and maintenance of the medical gas distribution system at VASDHS according to NFPA 99 healthcare facility codes and related standards. Certified medical gas inspectors will conduct multiple specific tests such as standing pressure, cross-connection, valve functionality, alarms, piping purity, and system operation checks at varying intervals (monthly, quarterly, semi-annually, and annually). The contractor must report findings, provide recommendations, and perform up to 200 additional labor hours for repairs and emergency servicing, with parts costs capped annually at $2,000 unless otherwise approved. Strict compliance with all applicable safety, environmental, and regulatory requirements (including asbestos regulations and OSHA standards) is mandated. The work must minimize disruption to the operational hospital environment, and all contractor personnel must adhere to VA security, parking, identification, and conduct policies. The government will monitor performance based on expertise, timely reporting, certification, and experience with similar federal or VA facility work.

262-NETWORK Contract Office 22 (36C262)

POSTED

1 day ago

DEADLINE

in 6 days

View Details