Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 06, 2025 SAM #8776
SOURCES SOUGHT

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

Notice Date
12/4/2025 5:09:01 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
692M15 ACQUISITION & GRANTS, AAQ600 ATLANTIC CITY NJ 08405 USA
 
ZIP Code
08405
 
Solicitation Number
CT2600028A2
 
Response Due
12/23/2025 8:59:00 PM
 
Archive Date
01/07/2026
 
Point of Contact
Andy Montesinos, Harry Lutz
 
E-Mail Address
Andy.E.Montesinos@faa.gov, harry.lutz@faa.gov
(Andy.E.Montesinos@faa.gov, harry.lutz@faa.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
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- This is not a screening Information Request (SIR), Request for Proposal, or Request for Offer of any kind; The FAA is not seeking or accepting unsolicited proposals; The FAA will not pay for any information received or costs incurred in preparing the response to this submission request; and Any costs associated with this request is solely at the interested vendor�s expense. The FAA reserves the right to reject, in whole or in part, any input as a result of this market survey. Respondents will not be notified of the results of this market survey or results of information submitted; and 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: 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. Responses for alternative products or any product that does not clearly meet the Government defined minimum specifications will not be considered. Respondents must indicate their size status and provide supporting documentation of 8(a) program, SDVOSB, HUBZone, SDB, WOSB, or EDWOSB status, if applicable. 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. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5d0e126cd73744cca09839725df5b20b/view)
 
Place of Performance
Address: Atlantic City, NJ 08405, USA
Zip Code: 08405
Country: USA
 
Record
SN07658222-F 20251206/251204230040 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.