Opportunity

SAM #80SSC026K0004

NASA Stennis Space Center RFI: High-Pressure Cryogenic Vessels (15,000 psig, 500+ gal)

Buyer

NASA Stennis Space Center

Posted

April 13, 2026

Respond By

April 24, 2026

Identifier

80SSC026K0004

NAICS

332420

NASA Stennis Space Center is seeking information from qualified vendors for the design and fabrication of two high-pressure, vacuum-jacketed cryogenic vessels for use with liquid oxygen, liquid hydrogen, and liquid methane. - Government Buyer: - National Aeronautics and Space Administration (NASA), Stennis Space Center - Products/Services Requested: - Two high-pressure, vacuum-jacketed cryogenic vessels - Minimum volume: 500 gallons each - Maximum allowable working pressure (MAWP): 15,000 psig - Suitable for liquid oxygen, liquid hydrogen, and liquid methane - ASME Code rated (Section VIII, Divisions I, II, or III) - Includes vacuum insulation, diffuser, and anti-vortex device - Piping must conform to ASME B31.3 - Vessels must be permanently marked with manufacturer part number, serial number, MAWP, date of manufacture, and pressure test information - Testing and certification to be performed at the vendor facility - Unique/Notable Requirements: - Vendors must provide capability statements, past project experience, ASME certifications, in-house testing capability, ROM cost and schedule, and any exceptions requiring clarification - No specific OEMs or vendors are named in the notice - Place of Performance: - NASA Stennis Space Center, Mississippi (MS 39529-6000)

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

View original listing