E-Complex Test Facility LNG Pump
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The National Aeronautics and Space Administration (NASA) / NASA Shared Services Center (NSSC) has a requirement for an E-Complex Test Facility LNG Pump for the Stennis Space Center. NASA/NSSC intends to award a sole source contract to ACD under FAR 12.102(a), as ACD has been identified as the sole provider. However, interested organizations may submit capabilities and qualifications to challenge this sole source determination. Responses are due by April 23, 2026, at 3:00 p.m. Central Standard Time.
Scope of Work
This requirement involves the purchase and delivery of specific pump systems and related components. The system includes:
- 1 x 3-GUPD 1.25x1.3 Reciprocating Pump: Designed for high reliability in oil well service, compatible with LNG liquid, 10 gpm flow, 1.25" bore, 1.3" stroke, and a maximum discharge pressure of 15,000 psi. Powered by a 125 HP motor.
- 1 x AC-30 1x2x4.5 Centrifugal Boost Pump: A close-coupled, VFD compatible pump for high efficiency, compatible with Nitrogen liquid, 10 GPM flow, 65 psi differential head. Powered by a 3 HP motor.
- 1 x Skid Assembly: Welded carbon steel construction, sandblasted, primed, and painted. Components will be mounted, wired, tubed, piped, and assembled, including automated valves and Nitrogen purge kits.
- 1 x Oil Lube System: Features a 33-gallon reservoir, 13.5 GPM main oil pump, 10-micron filter, and a 10-15 kBTU/Hr heat exchanger. Includes pressure gauges and a pressure switch for system shutdown. The oil lube skid is factory-installed on the main skid.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (Notice of Intent to Sole Source)
- Agency: National Aeronautics And Space Administration / NASA SHARED SERVICES CENTER
- Set-Aside: None specified (Sole Source Intent)
- NAICS Code: 513210 (Construction Of Other Utilities)
- Product Service Code: Y1NZ (Construction Of Other Utilities)
- Place of Performance: NASA/Stennis Space Center (SSC), E-Complex, B4010, Stennis Space Center, MS 39529.
- Delivery Timeline: 36 weeks from award.
- Response Due: April 23, 2026, 3:00 p.m. CST
- Published Date: April 21, 2026
Special Requirements
Required documentation includes EQUIPMENT DRAWINGS, SYSTEM P&ID, CERTIFICATE OF CLEAN FOR O2, CERTIFICATE OF ORIGIN, CERTIFICATE OF FUNCTIONAL TEST WITH REPORT, and CALIBRATION CERTS FOR MAIN SAFETY VALVE. Vendors must be authorized vendors/OEMs within the contractual local territory of Stennis Space Center. Functional testing (ACD test Procedure EPT-116) will be performed at 90%, 100%, and 110% of operating parameters.
Submission & Contact
Interested organizations should submit capabilities and qualifications in writing to the identified point of contact. The Government retains discretion on whether to conduct this procurement on a competitive basis. Oral communications are not acceptable. Primary Point of Contact: Kacey Hickman, Procurement Specialist, Kacey.l.hickman@nasa.gov.