Cryovacuum Liner for Cryovacuum Chamber – Market Intelligence Request
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 Department of the Air Force, specifically the FA9101 AEDC PKP PROCRMNT BR office, is conducting a Market Intelligence Request for a Cryovacuum Liner for a Cryovacuum Chamber. This is a Sources Sought notice, not a Request for Proposal, aimed at identifying qualified vendors and determining the final acquisition approach for a project located in COOPERTOWN, TN. Adherence to NIST SP 800-171 and Joint Certification Program (JCP) is mandatory for participation and access to critical project information.
Purpose & Scope
The Government is in the market intelligence phase to identify vendors capable of meeting technical and regulatory requirements for a cryovacuum chamber liner. The project scope encompasses the design, fabrication, assembly, performance verification, documentation, and delivery of the liner, including installation into a cryovacuum chamber. Vendors are expected to provide specifications that define minimum acceptable values while encouraging innovation.
Key Information Requested
Respondents should provide:
- Technical Capabilities: Describe experience in designing, fabricating, integrating, and testing liners for cryovacuum chambers, particularly in environments similar to Arnold Engineering Development Complex (AEDC). Outline processes for managing milestones like Preliminary Design Reviews (PDR) and Critical Design Reviews (CDR).
- Data Deliverables: Detail typical reports and data provided for such projects, including design documentation, test reports, training, operational and maintenance manuals, and examples of key deliverables (e.g., P&IDs, Schematics, Installation Plans, FMEA, System Test Plans).
- Budgetary & Timeline: Provide budgetary prices for a business process prototype (including project management and a developed statement of work) and for the full project execution, with anticipated delivery no later than FY27Q4.
- Appropriate Use of Authority (10 U.S.C. 4022): Explain how the company will satisfy this requirement, indicating which criteria (A, B, or C) will be leveraged and providing a rationale.
Compliance Requirements
- NIST SP 800-171 & JCP: Adherence to both NIST SP 800-171 and JCP is required.
- Distribution D Documents: Access to documents marked as Distribution D, which contain technical performance parameters, is contingent upon a successful vetting process. Companies must provide their CAGE code to the Agreements Officer for validation of NIST SP 800-171 compliance and JCP active status. Failure to meet this requirement will prevent access to critical project information.
Submission & Deadlines
- Distro D Document Request Due: April 14, 2026, Close of Business (COB)
- Market Intelligence Response Due: April 28, 2026, COB
- Published Date: April 8, 2026
Contact Information
- Primary: Paytonne Szatkowski (paytonne.szatkowski@us.af.mil)
- Secondary: Erica Anglin (erica.anglin@us.af.mil)