Market Survey Capability Assessment - Micro Gas Chromatograph for Hydrogen Leak Detection

SOL #: CT2600028A2Sources Sought

Overview

Buyer

Transportation
Federal Aviation Administration
692M15 ACQUISITION & GRANTS, AAQ600
ATLANTIC CITY, NJ, 08405, United States

Place of Performance

Atlantic City, NJ

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

Chemical Analysis Instruments (6630)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 4, 2025
2
Response Deadline
Dec 24, 2025, 4:59 AM

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.

Introduction/Purpose

The Federal Aviation Administration’s (FAA) Fuels and Energy Section (ANG-E283) has a requirement for a highly sensitive, accurate, and lightweight Micro Gas Chromatograph (Mico-GC) for detecting hydrogen leaks in hydrogen-powered aircraft. Hydrogen leaks in hydrogen-powered aircraft pose a significant aviation safety concern. The FAA is seeking information if an interested entity can provide a Micro-GC that meets the minimum requirements outlined in the attached FAA Technical Specifications Sheet. This Micro-GC instrument is required at the William J. Hughes Technical Center located in Atlantic City, New Jersey.

Nature of Competition

The acquisition strategy for the procurement has not been determined at this time. The FAA intends to review all response submittals to establish the acquisition strategy. Responses to this market survey will be used to develop the Source List to be used when the Request for Offers for this requirement is issued, and will be used to determine if there is adequate competition to set the requirement aside for eligible Socially and Economically Disadvantaged Businesses certified by the SBA for participation in the SBA's 8(a) program, Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) small businesses, SBA certified Women Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), or Small Business concerns; or unrestricted competition; or justification of single source. This survey is being conducted in accordance with FAA Acquisition Management System (AMS) Section 3.2.1.2.1. 

Standard Language

Interested entities are reminded that-

  1. This is not a screening Information Request (SIR), Request for Proposal, or Request for Offer of any kind;
  2. The FAA is not seeking or accepting unsolicited proposals;
  3. The FAA will not pay for any information received or costs incurred in preparing the response to this submission request; and
  4. Any costs associated with this request is solely at the interested vendor’s expense.
  5. The FAA reserves the right to reject, in whole or in part, any input as a result of this market survey.
  6. Respondents will not be notified of the results of this market survey or results of information submitted; and
  7. Any confidential or proprietary information submitted in response to this market survey must be market accordingly by vendor. Such information will not be disclosed outside of the acquisition team.

North American Industry Classification System (NAICS) Code

The NAICS code for this requirement is 334516 (Analytical Laboratory Instrument Manufacturing) with a size standard of 1,000 employees.

Submissions Requirements

Interested entities are requested to submit the following:

  1. Capability Statement: Submit a summary of your company’s capability in meeting the FAA’s minimum requirement outlined in the attached FAA Technical Specifications Sheet. Responses MUST demonstrate that any interested entity can meet or exceed ALL of the Exact specifications listed in the attached FAA Technical Specifications sheet.
  2. Responses for alternative products or any product that does not clearly meet the Government defined minimum specifications will not be considered.
  3. Respondents must indicate their size status and provide supporting documentation of 8(a) program, SDVOSB, HUBZone, SDB, WOSB, or EDWOSB status, if applicable.
  4. Respondents must indicate if they can satisfy this requirement utilizing an existing contract vehicle (i.e. GSA, NASA SEWP). If so, please provide contract information and appropriate point of contact.
  5. Respondents must provide product’s country of origin

The total page limitation for the Capability Statement is two pages – font size 12, one-inch margins, single-spaced.

Any confidential or proprietary information submitted in response to this announcement must be marked accordingly by the respondent. Any restrictions imposed by respondent on the use or disclosure of the submission content must be clearly marked on the title pages and the individual pages, as necessary. Such information will not be disclosed outside of the acquisition team.

Response Requirements

Interested entities must submit their response to this market survey electronically to the Primary Point of Contact (POC) at Andy.E.Montesinos@faa.gov AND the Secondary POC at Harry.Lutz@faa.gov. Responses must be received no later than Close of Business on December 23, 2025.

People

Points of Contact

Andy MontesinosPRIMARY
Harry LutzSECONDARY

Files

Files

Download

Versions

Version 1Viewing
Sources Sought
Posted: Dec 4, 2025
Market Survey Capability Assessment - Micro Gas Chromatograph for Hydrogen Leak Detection | GovScope