SOURCES SOUGHT
A -- DEVELOPMENT OF HYDROPHOBIC COATINGS FOR USE ON LAUNCH VEHICLE AND SPACECRAFTPROPELLANT TANKS
- Notice Date
- 8/17/2015
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK15DHC001L
- Response Due
- 9/16/2015
- Archive Date
- 8/17/2016
- Point of Contact
- Erik C Whitehill, Contract Specialist, Phone 321-867-5504, Fax 321-867-2042, Email Erik.C.Whitehill@nasa.gov
- E-Mail Address
-
Erik C Whitehill
(Erik.C.Whitehill@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- DEVELOPMENT OF HYDROPHOBIC COATINGS FOR USE ON LAUNCH VEHICLE AND SPACECRAFT PROPELLANT TANKS The National Aeronautics and Space Administration (NASA) Kennedy Space Center (KSC) is hereby soliciting information about potential sources to investigate the feasibility of using lyophilic and lyophobic coatings and treatments on the inside of propellant tanks in an effort to improve their functionality. The project shall be completed in three phases over a period of 22 months. The intent of this notice is to gauge industry capabilities and relevant experience in performing the requirements and to determine the appropriate balance of cost, schedule and technical risk. The potential contractor must be an expert in and have substantial experience with the development and use of lyophilic and lyophobic coatings. It is anticipated that the contractor will assemble a team having the appropriate technical expertise and experience, to develop a set of custom lyophilic and lyophobic coatings for a variety of liquid and metal combinations. The metals include aluminum, stainless steel, and titanium. In addition to coating and treatment development, the contractor will test the coating and treatment for contact angle, roll-off angle, compatibility, and durability. This project has three phases: Phase I The project includes all work required to develop lyophilic and lyophobic coatings and treatments for water and cryogenic liquid nitrogen. Phase II - Option I The project increases complexity by requiring development of coatings and treatments for Hydrazine and cryogenic liquid oxygen. Phase III - Option II The project includes testing and coating and treatment development for liquid hydrogen. Interested offerors/vendors having the specialized capabilities to meet any or all of the above requirements should submit a capability statement of 10 pages or less indicating the ability to perform all aspects of the effort described herein. It is not sufficient to provide only general brochures or generic information. Responses must include the following: 1) Company name and address; 2) Business size classification (Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) including the number of employees and the number of years in business; 3) Provide information demonstrating your technical capability to meet the requirements described above and the details of the research and development methods or approach regarding lyophilic and lyophobic coatings. In addition submit a maximum of 5 government or commercial contracts in the last 5 years demonstrating your relevant experience; In addition to the description of the contracts also include contract numbers, contract type, dollar value of each procurement, and point of contact - address and phone number; 4) Include a Rough Order of Magnitude (ROM) estimate for each phase of the project listed above. Identify major cost drivers that impact this ROM. 5) Include a summary of any unique contract conditions desired. 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 offerors responsibility to monitor these sites for the release of any solicitation or synopsis. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. All responses shall be submitted via email to Erik Whitehill ( erik.c.whitehill@nasa.gov ) no later than 30 days after the release of this RFI. Please reference NNK15DHC001L in any response. Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK15DHC001L/listing.html)
- Record
- SN03842191-W 20150819/150817235519-61f8899ad3e5a145fab6460c205b7ade (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 |