Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 25,1999 PSA#2461

NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH

A -- METHANOL PRODUCTION SYSTEM STUDY FOR EXTRACTING FUEL OR FUEL CELL REACTANTS FROM MARTIAN ATMOSPHERE. SOL 9BH3-89-0-01Q DUE 102999 POC Richard L. Rodriguez, Contract Specialist, Phone (281) 483-1869, Fax (281) 483-2991, Email richard.l.rodriguez1@jsc.nasa.gov -- Jimmy W. Hyde, Contracting Officer, Phone (281) 483-4163, Fax (281) 483-2991, Email jimmy.w.hyde1@jsc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/JSC/date.html#9BH3-89-0-01Q. E-MAIL: Richard L. Rodriguez, richard.l.rodriguez1@jsc.nasa.gov. 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). Introduction NASA-JSC is developing various breadboard level systems to demonstrate production of rocket propellants and fuel cell reactants from the predominantly carbon dioxide Martian atmosphere. At this point, these systems are constructed mostly from commercially available off-the-shelf type hardware, and are being used to determine which technologies we want to continue to develop into flight type systems. One such process involves directly electrolyzing the CO2 in the Martian atmosphere to generate oxygen. The waste gas stream from this electrolyzer is a mixture of CO and CO2 in roughly 50/50 proportion. We want to utilize this waste gas stream with the addition of hydrogen to form methanol, and are seeking industry expertise in developing this process. Technical Point of Contract (POC) The POC for this study is Mr. Joseph R. Trevathan of NASA-JSC's Energy Systems Division. Contact for Information: (281) 483-4538, (281) 483-8476 fax, joseph.r.trevathan1@jsc.nasa.gov. Task Description- Task Product Schedule Goals: Kickoff Meeting Discussions with JSC personnel for overview of work 2 days after award. Phase 1-Initial Systems Evaluation and Modeling: Investigate different methanol production processes. Presentation with characteristics of each process (conceptual schematic, pressure, temperature, reactants, products, other) 5 weeks after award. Model selected system to predict nominal and off-nominal performance Detailed schematic and process model with results 6 weeks after award. Phase 2-Critical Component Design/Selection Evaluate critical components (reactor, recycle pump, etc.) to determine ifcustom design is required, or if off-the-shelf hardware will work. Critical component summary and design/selection criteria 7 weeks after award. Perform required critical component design and/or selection. Critical component listing including vendor (preferably multiple sources for major components), specifications, cost, and delivery schedule, or detailed design/fabrication information 9 weeks after award Quote Details The Proposer must demonstrate, through previous work history, that members of the project team are qualified in the areas of chemical process engineering and detailed system design. The quote must contain a detailed labor and cost estimate for each phase of the project. Cumulative financial reports are required at each of the product deliveries in the above phases. Background Information: Methanol Production Rate: To support the various robotic mission scenarios, a production rate somewhere in the 0.05~0.15 kg/hr range is required. Mars Environment: Average Surface Temperature: ~230 K SurfaceTemperature Range: 160-270 K Surface Pressure: 6-8 torr Density: ~0.020 kg/m3 Composition (by volume): CO2-95.3%, N2-2.7%, Ar-1.6%, Other-0.4% Mean molecular weight: 43.34 g/mole Surface gravity: 3.69 m/s2 Test Environment: A breadboard system will be fabricated based on the results of this study. Testing of this system will occur in Houston ambient conditions as well as in Mars simulated conditions. Mars simulated testing will be in a 20 foot spherical chamber at JSC configured to replicate Mars pressure, temperature, and atmospheric composition (to 3 species). The provisions and clauses in the RFQ are those in effect through FAC 97-14. The SIC code and the small business size standard for this procurement are 8731 and 1000 Employees, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to JSC is required within sixty (60) days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by Close of business, 19 October 1999 and may be mailed or faxed to NASA-JSC/Attn: BH3/Projects Acquisition Office/Contracts, 2101 NASA Road One, Houston, TX 77058. FAX NUMBER: 281-483-2991/Telephone: 281-483-1869/R.L. Rodriguez (www:richard.l.rodriguez1@jsc.nasa.gov); FOB destination: NASA-JSC Delivery Date: End of CY-1999, 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. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act — Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 52.222-3, Convict Labor (E.O. 11755); 52.233-3, Protest after Award (31 U.S.C 3553); 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-5, Very Small Business Set-Aside (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994); Alternate I to 52.219-5; Alternate II to 52.219-5; 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); 52.219-14, Limitations on contracting (15 U.S.C. 637(a)(14)); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.225-3, Buy American Act -- Supplies (41 U.S.C. 10); 52.225-9, Buy American Act -- Trade Agreements Act -- Balance of Payments Program (41 U.S.C. 10, 19 U.S.C. 2501-2582); 52.225-21, Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payments Program (41 U.S.C. 10, Pub. L. 103-187); 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332); 52.232-34, Payment by Electronic Funds Transfer -- Other than Central Contractor Registration (31 U.S.C. 3332); 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). Questions regarding this acquisition must be submitted in writing no later than 25 October 1999. Selection and award will be made to the lowest priced, technically acceptable quoter. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See Internet Note "B". Prospective quoters shall notify this office of their intent to submit a quotation. It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://procurement.nasa.gov/EPS/JSC/class.html Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html Posted 10/21/99 (D-SN393910). (0294)

Loren Data Corp. http://www.ld.com (SYN# 0001 19991025\A-0001.SOL)


A - Research and Development Index Page