Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2007 FBO #2116
SOURCES SOUGHT

54 -- FABRICATION OF STEEL CARRIER STRUCTURE

Notice Date
9/10/2007
 
Notice Type
Sources Sought
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
RFI-TPS-CS
 
Response Due
9/20/2007
 
Archive Date
9/10/2008
 
Small Business Set-Aside
N/A
 
Description
The NASA Thermal Protection Systems (TPS) Advanced Development Project (ADP), managed at Ames Research Center (ARC) is issuing this Request for Information (RFI) to determine potential sources, vendor capabilities, and cost/schedule estimates for the fabrication of a Steel Carrier Structure for a Manufacturing Demonstration Unit (MDU). The completed carrier structure will be used to demonstrate manufacturing, integration and attachment approaches of thermal protection materials to the heat shield for the Orion Crew Exploration Vehicle (CEV). Draft technical drawings are posted with this RFI. The Shoulder MDU Assembly contains the -2 Shoulder Skin. The Shoulder Skin is a compound curve, fabricated from .010" thick SA-240 steel, which presents fabrication challenges. The Government is seeking cost and schedule estimate information from fabrication shops that are capable of fabricating such a compound curve. The cost estimate shall include the estimated cost for fabrication of the Gore Plate Assembly, LARC, CEV TPS ADP (sheets 1 and 2) and the Shoulder MDU Assembly, LARC, CEV TPS ADP (sheets 1 and 2). The material for all parts, other than the Shoulder Skin, is 0.25" thick SA-240 steel. The vendor?s schedule estimate should assume a delivery date to the Boston, MA area by November 16, 2007. Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, brochures, and references. Please include information about the vendor?s business size and whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned, a description of previous similar work performed, a description of the vendor?s fabrication facilities, or any other information that would be pertinent to this acquisition. Please advise if the reuqirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. Detailed requirements for the acquisition have not been finalized, nor have the specifics for the acquisition strategy been determined. NASA intends to use the results of its market research to aid in the making of these final decisions. The objectives of this RFI are: to provide industry with preliminary information regarding this potential acquisition, solicit information about potential sources and cost/schedule estimates, invite potential offerors to submit comments regarding the Government's acquisition approach, and to notify industry of the Government's intent to conduct one-on-one discussions with potential offerors. This preliminary information is being made available for planning purposes only, subject to FAR Clause 52.215-3, entitled ?Request for Information or Solicitation for Planning Purposes.? It does not constitute a Request for Proposal, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. This procurement is subject to review or cancellation at any time. This notice and any attachments posted, constitutes all information concerning the MDU carrier structure procurement that will be furnished at this time. Responses are requested by 4:30 PM Pacific Time, September 20, 2007. Interested firms are requested to submit their capability statements, schedule/ cost estimates, as well as any comments on the acquisition approach in writing to the Contracting Officer: by email to Marianne.Shelley@nasa.gov, or fax to: 650-604-0932. Following this initial feedback, NASA may conduct one-on-one meetings with potential contractors. These meetings will allow for exchange of information and will provide an opportunity for potential offerors to provide feedback on the Government?s requirements and its acquisition approach. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis. The Internet site, or URL, for the NASA/ARC Business Opportunities page is http://server-mpo.arc.nasa.gov/Services/Proc/home.tml Any referenced numbered notes may be viewed at the following URLs linked below. An ombudsman has been appointed -- See NASA Specific Note "B".
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#126980)
 
Record
SN01401611-W 20070912/070910222116 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.