Trace Gas Impurities Chromatography System
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 Air Force Life Cycle Management Center (AFLCMC/PZIBB), on behalf of the Aerospace Fuels Laboratory at Vandenberg Space Force Base, intends to award a sole-source Firm Fixed Price (FFP) contract to Custom Solutions Group, LLC for one Trace Gas Impurities Chromatography System. This system is critical for quantifying trace permanent gas impurities in Propellant-Grade Nitrogen, Helium, and Hydrogen to meet MIL-PRF-27401H, MIL-PRF-27407E, and MIL-PRF-27201E specification testing requirements. The estimated contract cost is $127,222.00. This is a Special Notice and not a request for proposals or quotations.
Scope of Requirement
The required Gas Chromatography System will perform routine specification and investigative testing, capable of automatically running Gaseous and Liquid Phase samples. It must detect and measure trace hydrogen, neon, argon, oxygen, and nitrogen in high purity helium, nitrogen, and hydrogen. Key technical specifications include:
- Compliance: Fully compliant with MIL-PRF-27407E, MIL-PRF-27401H, and MIL-PRF-27201E.
- Detection: Capable of quantifying trace Hydrogen, Argon, Oxygen, Neon, and Nitrogen in bulk Helium gas per MIL-PRF-27407E, para 4.4.2.
- Configuration: 3-channel system with specific PLOT capillary columns, molecular sieve 5Å stationary phase, Pulsed Discharge Helium Ionization Detectors (PDHID), and a Thermal Conductivity Detector (TCD).
- Performance: Retention time repeatability ≤0.008% or ≤0.0008 min; peak area repeatability <1% RSD.
- Features: Electrically configured for 100-240V, 50/60Hz; benchtop use (max 96"x30"x48"); LCD touch display; USB 2.0+ port; operating software with audit trail; instrument controller.
Contract Details
- Type: Firm Fixed Price (FFP) Commercial Purchase Order
- NAICS: 334516, Analytical Laboratory Instrument Manufacturing (Small Business Size Standard: 1,000 employees)
- Set-Aside: None (Sole Source Justification)
- Place of Performance: Aerospace Fuels Laboratory, Vandenberg Space Force Base, CA 93437-5220
- Delivery & Installation: Within 12 weeks after contract award, including 4 hours of training for up to 4 personnel.
- Special Requirements: Products must be manufactured in a qualifying country per DFARS 225.872, include a minimum one-year warranty, and provide electronic manuals and technical support.
Response & Deadline
This notice is for informational purposes only. The government has determined Custom Solutions Group LLC is the only known vendor capable of meeting the unique requirements. Responses received by April 3, 2026, at 1:00 PM EST will be considered solely for determining if a competitive procurement is in the government's best interest. This is not a request for competitive proposals. Inquiries should be directed to jennifer.blackford@us.af.mil and megan.from@us.af.mil.