Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2018 FBO #6173
MODIFICATION

A -- High Capacity 90 Kelvin Cryocooler Study - Solicitation 1 - Amendment 1

Notice Date
10/16/2018
 
Notice Type
Modification/Amendment
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, Ohio, 44135
 
ZIP Code
44135
 
Solicitation Number
80GRC018R0027
 
Archive Date
11/30/2018
 
Point of Contact
Audrey R. Gonzalez, Phone: 2164332131
 
E-Mail Address
audrey.r.gonzalez@nasa.gov
(audrey.r.gonzalez@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
80GRC018R0027 Amendment 2 Cryocooler Study 80GRC018R0027 Enclosure 4 - Cryocooler Study Price Summary Templates 80GRC018R0027 Enclosure 3 - Model Contract Solicitation 80GRC018R0027 - Cryocooler Study SOLICITATION SYNOPSIS The NASA Glenn Research Center (GRC) is reissuing Request for Proposal (RFP) 80GRC018R0027 for the conceptual/preliminary design of a 120 - 150 W class 90 K cryocooler system that provides cooling to a NASA tube-on-tank broad area cooled shield; only a 90 K system is required. The end goal is to develop a prototype cryocooler with a flight-representative thermal control system test that achieves 120 - 150 W of cooling capacity at 90-120 K. Funding is available and shall not exceed $750,000.00 to award to multiple companies. The Government does not intend to acquire a commercial item using FAR Part 12. The North American Industry Classification System (NAICS) Code and Size Standard are 541715 -- Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) with a small business size standard of 1000 employees, respectively. All responsible sources may submit a proposal to be considered by the agency. This RFP document is the official call for proposals, and this language dictates the terms of the procurement, regardless of what may have been posted previously. In accordance with Federal Acquisition Regulation (FAR), Part 5, entitled, "Publicizing Contract Actions," contracting information is posted to the Federal Business Opportunities (FBO) website and made equally available for all interested parties simultaneously. RFP's are due no later than October 10, 2018, 4:30 PM Eastern Time. This solicitation and any documents related to this procurement shall be available over the Internet at FBO. It is the offeror's responsibility to monitor the Internet site for the release amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). NASA Clause 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. Instructions to Responders This is an RFP, and NASA intends to award one (1) or more contract(s) based on this RFP. NASA shall not provide reimbursement for costs incurred in responding to this RFP. Respondents are advised that NASA is under no obligation to acknowledge receipt of the information received with respect to any information submitted under this RFP. NASA may contact respondents to this RFP to seek clarifications or additional information. Responses to this RFP do not bind NASA to any further actions related to this topic. Any future steps taken to award this RFP shall be contingent upon availability of funds. This solicitation contains all information required to submit a response. No additional forms, kits, or other materials are needed. Oral communications are not acceptable in response to this solicitation. NASA shall not consider material that is marked classified. Any proprietary information must be clearly marked. NASA reserves the right to use responses to develop future solicitations and other types of public correspondence. However, NASA does not intend to release any individual RFP responses and shall hold them confidential. Submissions shall be formatted as a Microsoft Word document or PDF. Proposals shall be evaluated in the following three (3) areas: 1) Technical Performance and Relevance 2) Past Performance 3) Price Solicitations questions/comments shall be submitted in writing via email to the Contracting Officer. Telephone questions will not be accepted. Offerors shall submit completed Representations and Certifications along with proposal and signed model contract. Other important notes: · This study is not for an SBIR solicitation. · There is no contract in place for this R&D study. · Timeframe for first flight is approximately FY 2026, targeting an engineering prototype in the FY 2021/2022 timeframe. Quantity is unknown at this time. · Is there not a maximum number of modules that NASA can accommodate. · The estimated number of cryocooler systems that NASA anticipates it will procure in the future is unknown.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/80GRC018R0027/listing.html)
 
Place of Performance
Address: NASA Glenn Research Center, Cleveland, Ohio, 44135, United States
Zip Code: 44135
 
Record
SN05125880-W 20181018/181016230557-afa2ae89b829c210bf444f85bf70d362 (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  © 1994-2020, Loren Data Corp.