Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2008 FBO #2330
SOLICITATION NOTICE

K -- ABLATIVE NOZZEL FABRICATION

Notice Date
4/11/2008
 
Notice Type
Presolicitation
 
NAICS
333512 — Machine Tool (Metal Cutting Types) Manufacturing
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NNM08240250Q
 
Response Due
4/17/2008
 
Point of Contact
Marianne R. Campbell, Contract Specialist, Phone 256-544-6496, Fax 256-544-0236, - Betty C. Kilpatrick, Contract Specialist, Phone 256-544-0310, Fax 256-544-6062
 
E-Mail Address
marianne.campbell@msfc.nasa.gov, betty.c.kilpatrick@nasa.gov
 
Description
*******************Contact Elizabeth Mudler/DFS at elizabeth.e.mudler@nasa.gov orvia fax 256-544-4401*********** NASA/MSFC has a requirement for FABRICATION OF ABLATIVE NOZZEL. NASA/MSFC intends to purchase the items from ATK Launch Systems Inc on a sole sourcebasis. NASA Marshall Space Flight Center (MSFC) is undertaking an effort to advance the state ofthe art of pressure-fed liquid oxygen (LOX)/Methane (CH4) rocket engines for in-spaceapplications. This work is a part of the Propulsion and Cryogenics Advanced Development(PCAD) Project and supported by the NASA Exploration Technology Development Program(ETDP). The PCAD Project has been chartered to raise the state-of-the-art of LOX/CH4pressure-fed engines to a Technology Readiness Level (TRL) suitable for incorporationinto Constellation spacecraft. The effort requires the contractor to procure necessary materials to tape wrap, bag,cure, and overwrap the forward chamber and nozzle extension, as well as fabricate andinstall attachment rings. The resultant full length ablative nozzle will be used foraltitude testing at White Sands test facility in support of LOx/CH4 injector developmenttesting for the Propulsion and Cryogenics Advance Development (PCAD) project. The purposeof this testing is to support the ongoing LOX/Methane Advanced Development taskssupporting the Crew Exploration Vehicle (CEV).The LOX/Methane injector program is aGovernment-led in-house development program. The proposed effort will be conductedjointly with ATK SEHO personnel and civil servants onsite at MSFC. Government personnelwill benefit from participating in and observing the proposed effort as part of acritical skills retention/development/training program. MSFC will provide the necessaryequipment, and facilities to support the proposed effort. This recommendation is made pursuant to FAR 6.302-1, which implements the authority for10 U.S.C. 2304(c)(1) for acquisition of supplies or services from only one source and noother supplies or services will satisfy agency requirements. Competition is impracticalfor the following reasons:1.ATK Launch Systems Inc. - SEHO is the only known contractor with personnelcertified to operate MSFCs tape wrapping and filament winding machines that must beutilized for the proposed effort. The operators must be recertified yearly and ATK SEHOis the only known source with the requisite qualifications and certifications to operatethis machine and satisfy schedule requirements (nozzle unit MUST be delivered to WhiteSands by November 2008).2.The LOX/Methane injector program is a Government-led in-house developmentprogram. The proposed effort will be conducted jointly with ATK SEHO personnel and civilservants onsite at MSFC. Government personnel will benefit from participating in andobserving the proposed effort as part of a critical skills retention/development/training program. The Government intends to acquire a commercial item using FAR Part 12. Interested organizations may submit their capabilities and qualifications to perform theeffort in writing to Elizabeth.e.mudler@nasa.gov no later than 12:00 noon CST p.m. on04/17/2008. Such capabilities/qualifications will be evaluated solely for the purpose ofdetermining whether or not to conduct this procurement on a competitive basis. Adetermination by the Government not to compete this proposed effort on a full and opencompetition basis, based upon responses to this notice, is solely within the discretionof the government. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. An Ombudsman has been appointed. 1852.215-84 Ombudsman. (OCTOBER 2003) (a) An ombudsman has been appointed to hear and facilitate the resolution of concernsfrom offerors, potential offerors, and contractors during the preaward and postawardphases of this acquisition. When requested, the ombudsman will maintain strictconfidentiality as to the source of the concern. The existence of the ombudsman is not todiminish the authority of the contracting officer, the Source Evaluation Board, or theselection official. Further, the ombudsman does not participate in the evaluation ofproposals, the source selection process, or the adjudication of formal contract disputes.Therefore, before consulting with an ombudsman, interested parties must first addresstheir concerns, issues, disagreements, and/or recommendations to the contracting officerfor resolution. (b) If resolution cannot be made by the contracting officer, interested parties maycontact the installation ombudsman, Robin N. Henderson, George C. Marshall Space FlightCenter 256-961-1919 (office), 256-544-8369 (fax), robin.n.henderson@nasa.gov. Concerns, issues, disagreements, and recommendations which cannot be resolved at theinstallation may be referred to the NASA ombudsman, the Director of the ContractManagement Division, at 202-358-0445, facsimile 202-358-3083, e-mailjames.a.balinskas@nasa.gov. Please do not contact the ombudsman to request copies of thesolicitation, verify offer due date, or clarify technical requirements. Such inquiriesshall be directed to the contracting officer or as specified elsewhere in this document. (End of clause) Any referenced notes may be viewed at the following URLs linked below. http://www.arnet.gov/far/
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=68eed78a5956390854cf302ab60f91ad&tab=core&_cview=1)
 
Record
SN01552642-W 20080413/080411221344-68eed78a5956390854cf302ab60f91ad (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.