Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2008 FBO #2363
SOLICITATION NOTICE

A -- ADVANCED LITHIUM-BASED CHEMISTRY CELL DEVELOPMENT

Notice Date
5/14/2008
 
Notice Type
Presolicitation
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC08ZRP024R
 
Response Due
7/25/2008
 
Point of Contact
Richard W Amiot, Contract Specialist, Phone 216-433-6836, Fax 216-433-5489
 
E-Mail Address
Richard.W.Amiot@nasa.gov
 
Small Business Set-Aside
N/A
 
Description
NASA Glenn Research Center plans to issue a Request For Procurement for thematerial scale-up, design, manufacturing, and fabrication of high energy andultra-high energy lithium-based cell chemistries for energy storage supporting the nextgeneration of NASA aerospace vehicles, including Altair (the Lunar Lander),Extravehicular Activities, and Lunar Surface Systems (rovers and other surface assets). Advanced lithium-ion batteries that are safe and possess high specific energies areneeded to meet mission requirements. The energy storage subsystem must have minimal masswhile meeting the power requirements of the spacecraft, without compromising safety. Atthe cell level, developed cell chemistries and concepts shall deliver specific energiesof at least 260 Wh/kg at C/10 and at 0 degrees C to 100% depth-of-discharge and shall becapable of meeting power requirements while operating at 0 degrees C to +30 degrees C.Maximum continuous discharge rate requirements are expected to be between C/5 and C/2.Charge rate requirements will be benign. Cycle life requirements are 100 to 200 cycles to80% depth-of-discharge with at least 80% of the initial capacity remaining atend-of-life. Sample battery cell components of interest for meeting the desired cell-level performancerequirements and representative manufacturing processes will be provided to the aerospacecell vendor. Based upon manufacturability studies of the novel materials on thelithium-based vendors equipment and performance evaluation in small capacity cells, theaerospace vendor shall scale-up the preferred materials in sufficient quantities tomanufacture and deliver high energy and/or ultra-high energy lithium-based cells of ato-be-determined capacity at a Technology Readiness Level 4 (Component and/or breadboardvalidation in laboratory environment). NASA will evaluate and test the cells to elevatethe cells to a TRL 6 (System/subsystem model or prototype demonstration in a relevantenvironment (ground or space)). Ultimately, the lithium-based cell designs are planned tobe utilized by the Altair, Extravehicular Activities, and Lunar Surface Systems in theirenergy storage system.The Government does not intend to acquire a commercial item using FAR Part 12.See Note26.The NAICS Code and Size Standard are 335911 and 500 respectively.Portions of this effort are subject to U.S. export control laws and regulations,including International Traffic in Arms Regulations (ITAR). See FAR clause 1852.225-70Export Licenses. Documentation will only be provided to companies that demonstratecompliance with U.S. export control laws and regulations. All responsible sources may submit an offer which shall be considered by the agency.The ANTICIPATED schedule is as follows: The release date of the Draft RFP is on or aboutMay 16, 2008. A WebEx Pre-Solicitation Teleconference is being planned to be held on orabout May 27, 2008. The Final Solicitation will be released on or about June 10 with theanticipated proposal due date on or about July 25, 2008.Prospective offerors shall notify this office of their intent to submit an offer as wellas their intent to participate in the WebEx Pre-Solicitation Teleconference. Informationregarding the WebEx will be sent out to those who notify us of their interest.An ombudsman has been appointed -- See NASA Specific Note "B".The solicitation and any documents related to this procurement will be available over theInternet. These documents will reside on a World Wide Web (WWW) server, which may beaccessed using a WWW browser application. The Internet site, or URL, for the NASA/GRCBusiness Opportunities home page ishttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 It is the offeror's responsibility to monitor the Internet site for the release of thesolicitation and amendments (if any). Potential offerors will be responsible fordownloading their own copy of the solicitation and amendments (if any). Any referencednotes may be viewed at the following URLs linked below. ALL CONTRACTUAL TECHNICAL QUESTIONS MUST BE SUBMITTED IN WRITING (E-MAIL OR FAX). TELEPHONE QUESTIONS WILL NOT BE ACCEPTED.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3f9a65bc5aca45cc086301ae000a5218&tab=core&_cview=1)
 
Record
SN01572726-W 20080516/080514215715-3f9a65bc5aca45cc086301ae000a5218 (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.