Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2017 FBO #5761
MODIFICATION

A -- High-Temperature Tolerant Batteries (HTTBs) For Long-Life In-situ Solar System Explorer (LLISSE)

Notice Date
8/30/2017
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, Ohio, 44135
 
ZIP Code
44135
 
Solicitation Number
80GRC017R0017
 
Archive Date
9/21/2017
 
Point of Contact
Jason Siewert, Phone: 2164332916
 
E-Mail Address
jason.r.siewert@nasa.gov
(jason.r.siewert@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. NASA's Venus Science Project is developing battery technologies to support the LLISSE Venus surface mission. The goal is to eventually deliver Technology Readiness Level (TRL) 6 hardware for their Preliminary Design Reviews. The technical objective for batteries is to meet the performance requirements of the energy storage system for the High-Temperature Tolerant Batteries (HTTBs) For Long-Lived In-situ Solar System Explorer (LLISSE) Venus surface probe. NASA is developing high temperature rechargeable battery technology to meet Venusian surface probe needs, focusing on improving safety, low self-discharge, high specific energy, and high energy density. This work will culminate in battery-level demonstrations at TRL 6 with candidate designs and performance predictions for battery systems tailored for the LLISSE surface probe. The NAICS Code for this procurement is 541712. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery is to NASA GRC. Delivery shall be FOB Destination. Offers for the items(s) described above are due by 09/06/2017 to jason.r.siewert@nasa.gov and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (OCT 2015), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (DEC 2014), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAY 2015), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Contract Terms and Conditions (T&Cs) and Statements of Work are attached to this notice. All contractual and technical questions must be in writing (e-mail only) to jason.r.siewert@nasa.gov not later than 08/15/2017. Telephone questions will not be accepted. Selection and award will be made to the best value proposal as evaluated per the SOW. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html Prospective offerors shall notify this office of their intent to submit an offer. This posting, in addition to any attached documents, will be available on www.fbo.gov. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/80GRC017R0017/listing.html)
 
Place of Performance
Address: Vendor Location, United States
 
Record
SN04654653-W 20170901/170830232537-435d81b47364ece0329a41c1d7c2516f (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.