Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 01, 2023 SAM #7978
SOURCES SOUGHT

A -- Lunar Freezer System

Notice Date
9/29/2023 2:37:02 PM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NASA JOHNSON SPACE CENTER HOUSTON TX 77058 USA
 
ZIP Code
77058
 
Solicitation Number
80JSC023LFS
 
Response Due
10/20/2023 2:00:00 PM
 
Archive Date
11/04/2023
 
Point of Contact
Victoria Miller, Wendy Crisman
 
E-Mail Address
victoria.n.miller@nasa.gov, wendy.s.crisman@nasa.gov
(victoria.n.miller@nasa.gov, wendy.s.crisman@nasa.gov)
 
Description
THIS IS NOT A REQUEST FOR PROPOSAL. NO PROPOSALS ARE TO BE SUBMITTED IN RESPONSE TO THIS NOTICE. This notice is issued by the NASA/JSC to post a Capabilities Statement and Capabilities Questions (see attachments) to solicit responses from interested parties.� This document is for information and planning purposes and to allow industry the opportunity to verify reasonableness and feasibility of the requirement, as well as promote competition.� To support the Lunar Freezer System project development, the NASA Moon to Mars program is to solicit information regarding existing capabilities and concepts in support of the freezer development efforts.� NASA appreciates responses from all capable and qualified sources including, but not limited to, NASA Centers, universities, university affiliated research centers, federally-funded research and development centers, private or public companies, and government research laboratories. A key requirement in this project is that the technology under consideration must be at a technical readiness level (TRL) of 4 or greater to support the efficient project development and implementation of a new lunar freezer, with qualification unit delivery in approximately 3 years from authority to proceed (ATP). Please answer the questions addressed in the document titled, �Key Capabilities Questions�. Additional Information If your organization has the potential capacity to perform some or all contract services listed above, please provide the following information to the best of your ability. Partial responses are also accepted. Organization name, address, email address, Web site address, telephone number, CAGE code, and size and type (large, small, women owned�) of ownership for the organization, and the number of years in business. Discuss your company�s ability to perform each of the services listed above. If subcontracting or joint venture is anticipated in order to deliver technical capability, organizations should address the anticipated administrative and management structure of such arrangements (if this information is known at this time). Also address what elements of work would be performed by the prime or joint venture and which elements would be performed by subcontractors. If the Government issues a Request for Proposal (RFP), the government reserves the right to restrict the procurement to small businesses. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. This presolicitation synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response.� The Government may not respond to questions/concerns submitted. The Government will use the information to finalize the RFP as necessary. All comments or questions shall be submitted electronically via email to Victoria N. Miller, BH, victoria.n.miller@nasa.gov and Wendy Crisman, BH, wendy.s.crisman@nasa.gov, no later than 4:00 PM CST, Friday, October 20, 2023. When responding reference 80JSC023LFS. NASA Clause 1852.215-84, Ombudsman, is applicable.� The Center Ombudsman for this acquisition can be found at : https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf If a solicitation is released, then it and any additional documents will be available on www.Sam.gov.� It is the offeror's responsibility to monitor this website for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments, if any.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/71db413a11324f7a84ed0193a263bc0a/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06850149-F 20231001/230929231052 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.