Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2007 FBO #2197
SOURCES SOUGHT

61 -- ARES FLIGHT INSTRUMENTATION BATTERY

Notice Date
11/30/2007
 
Notice Type
Sources Sought
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC08ZDS007L
 
Response Due
12/31/2007
 
Archive Date
11/30/2008
 
Point of Contact
Deborah L. Giavasis, Contracting Officer, Phone 216-433-5420, Fax 216-433-2480, Email Deborah.L.Giavasis@grc.nasa.gov
 
E-Mail Address
Email your questions to Deborah L. Giavasis
(Deborah.L.Giavasis@grc.nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/GRC is hereby soliciting information about potential sources for flight batteries to be used on ARES I. Comments are to be forwarded to Robert Dolesh only via electronic or facsimile transmission at the numbers listed below. Do NOT call the Primary point of contact listed on this notice. This notice is issued by the NASA/GRC to post a draft Statement of Work via the internet, and solicit responses from interested parties. Prospective offerors are invited to submit written or verbal comments or questions to: Robert Dolesh, email: Robert.J.Dolesh@nasa.gov, phone:(216)433-8359 Fax: (216) 433-6382, no later than December 31, 2007. See the attachments which contain the draft SOW and Specifications. The anticipated type of procurement action is to obtain commercially available units that are configured to meet NASA's specific function. Some units will also need to undergo spaceflight qualification (i.e.environmental) testing prior to delivery. Flight units will also need to undergo acceptance testing (3 line items: commercial unit, commercial units spaceflight qualified, commercial units acceptance tested prior to flight). An indefinite delivery indefinite quantity type contract is anticipated with minimum and maximum number of Battery units over a 5 year period will be specified. The contractor is expected to be able to either perform itself or subcontract out the environmental and space flight qualification testing. The following information is requested: Please identify if there is anything unclear in the SOW/Specification documents. Will having TBD's (specs portions to be finalized after award) pose a problem with proposing a firm fixed price for performance? It is assumed that a slightly modified commercial item will be procured, however, if the specifications attached indicate that a commercial item procurement is not possible, please inform us. Do any requirements in the CEI Spec or SOW pose a significant price increase from your commercially available hardware? Does any of the testing in the CxP 70036 (ENVIRONMENTAL QUALIFICATION AND ACCEPTANCE TESTING REQUIREMENTS (CEQATR) need to be better defined? Are there any verification methods that may be changed to reduce cost, schedule while still maintaining assurance of required performance? The ?Ares I Upper Stage (US) Development Flight Instrumentation (DFI) Battery Component End Item (CEI) Specification? (GRC-AVI-SPEC-0002), was specifically written toward Silver Zinc Batteries but will be modified to include either Silver Zinc or Lithium Ion. Certain requirements do not apply to one or the other chemistry and this will be clarified in a future revision. For Lithium Ion the anticipated cycle life is 100 cycles. The required 90 day pad stay time without recharge will not change. Also, JSC-20793, Crewed Space Vehicle Battery Safety Requirements contains important safety design features that should be incorporated into Lithium Ion battery designs. 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. This document is for information and planning purposes and to allow industry the opportunity to verify reasonableness and feasibility of the requirement, as well as promote competition. When responding reference DAU--NNC08ZDS007L. This presolicitation synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results. An ombudsman has been appointed -- See NASA Specific Note "B". The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/GRC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 It is the offeror's responsibility to monitor the Internet cite for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments, if any. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#127967
 
Record
SN01461470-W 20071202/071201075238 (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.