Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2017 FBO #5662
SOURCES SOUGHT

34 -- Laser Welding System

Notice Date
5/23/2017
 
Notice Type
Sources Sought
 
NAICS
333992 — Welding and Soldering Equipment Manufacturing
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Mail Code: BH, Houston, Texas, 77058-3696, United States
 
ZIP Code
77058-3696
 
Solicitation Number
NNJ17627230L
 
Archive Date
6/10/2017
 
Point of Contact
Sophia Mo, Phone: 2817927877
 
E-Mail Address
sophia.mo@nasa.gov
(sophia.mo@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) Johnson Space Center (JSC) is seeking capability statements from all interested parties, including 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) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for a laser welding system suitable for battery assembly in a laboratory environment. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. The NASA JSC requirements include the following: The supplied system must operate within the existing facility with minor modification and may require a waiver for IPv6 capability. The system will be used for technology advancement for battery cell tab welding techniques and for assembling cells into batteries for use in Human Spaceflight. The system is required to be capable of welding different types of tab materials up to 20 mills in thickness onto a variety of commercial electrochemical cells. The provided system must be able to be received, transported, assembled, and installed into the existing laboratory without facility foundation or wall modification. The system is required to provide Class I controls per ANZI Z136.1 when assembling a battery of dimension not to exceed 12 inches in length and width. This procurement includes a provision for a cell-tab support fixture for securing a single cell-and-tab system, or an assembly of cells and tabs, during the weld process without interrupting Class I controls. Since the device is intended for use in assembling human spaceflight hardware, material quality and the option for long term system support is required. Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, brochures, and references. Responses must include the following: name and address of firm, size of business; whether they are large, small, small disadvantaged, 8(a), Woman-owned, Veteran Owned, Service Disabled Veteran Owned, Historically Underutilized Business Zone and Historically Black Colleges and Universities)/Minority Institutions; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). This is a commercial type product and is defined in Federal Acquisition Regulation (FAR) 2.101. 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. 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. NASA FAR Supplement (NFS) 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. All responses and questions shall be submitted to Sophia Mo via electronic mail at sophia.mo@nasa.gov no later than 3:00PM CST on May 26, 2017. Please reference NNJ17627230L in any response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9c34e788f577a8d58f6c3c7a708cd505)
 
Record
SN04519291-W 20170525/170523235659-9c34e788f577a8d58f6c3c7a708cd505 (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.