Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2004 FBO #0775
MODIFICATION

59 -- SCOUT PROJECT

Notice Date
1/9/2004
 
Notice Type
Modification
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ-BH2-JEN-04-008Q
 
Response Due
1/16/2004
 
Archive Date
1/9/2005
 
Point of Contact
Jessica S. Verduzco, Contract Specialist, Phone (281) 483-0653, Fax (281) 244-5331, Email jessica.s.verduzco@nasa.gov - Michael J Lonchambon, Contracting Officer, Phone (281) 244-5151, Fax (281) 244-5331, Email michael.j.lonchambon@nasa.gov
 
E-Mail Address
Email your questions to Jessica S. Verduzco
(jessica.s.verduzco@nasa.gov)
 
Description
THIS NOTICE CONSTITUTES AMENDMENT NO. 2 TO THE COMBINED SYNOPSIS/RFQ FOR the SCOUT PROJECT. Companies shall acknowledge all amendment(s) in their quote. This notice serves as the official amendment to subject synopsis/RFQ and a written amendment will not be issued. The purpose of this amendment is to: 1) Post the questions and answers that were submitted for the SCOUT Project Procurement, 2) Clarify the Evaluation Criteria, and 3) Provide an updated SOW, changes are annotated by underline and bold. 1) In the synopsis/solicitation it states "at least 8kW at a minimum of 48V". Section 2.2.1 of the Statement of Work states "at least 8kW at a maximum of 48V". Please clarify if the 48V is a minimum or maximum voltage. ANSWER: The fuel cell shall be capable of producing at least 8 kW at a minimum of 48VDC. The SOW has been changed to reflect this. 2) Is the voltage and power specification (48V at 8kW) for operation on hydrogen and oxygen or on methane reformate and oxygen. ANSWER: The preference for this fuel cell procurement is for reliable operation with hydrogen and oxygen. 3) What type of contract is envisioned to be awarded under this solicitation, cost plus fixed fee or firm fixed price? ANSWER: The contract type for this procurement will be firm fixed price. 4) What is the composition of the reformate that will eventually be used in the fuel cell stack? ANSWER: The reformate anticipated will contain no more than 10 ppm of CO and no more than 100 ppm of CH4 and CO2 (combined). If the fuel cell cannot tolerate these levels of CO2 and CH4, the vendor should state this in the quotation, as additional components can be added to the powerplant to remove additional CO2 + CH4. The 10 ppm of CO is a maximum level of CO that cannot be changed. The fuel cell must be capable of tolerating 10 ppm of CO. 5) In the 2nd sentence of section 2.1.1.6 it states that the stack shall include the instrumentation to adequately monitor... Does the term "instrumentation" in this case mean just the thrermocouples and voltage pickups for the cells or is something else required? ANSWER: The term instrumentation refers to the required thermocouples and individual cell voltage connectors and any other instrumentation that would be necessary (based on the fuel cell vendor requirements) to monitor the fuel cell health and performance. 6) What is the intended purpose and location for the requested internal thermocouples? ANSWER: The intended purpose of the goal for at least five internal thermocouples is to monitor the temperature distribution throughout the fuel cell stack. An appropriate location for the thermocouples would be somewhat equally spaced across the stack to monitor differences in temperatures of cells near the endplates verses the temperature of cells in the center or near the center of the fuel cell stack. The number of internal temperature sensors are a goal (not a requirement) and if the vendor prefers a more appropriate method of monitoring temperature and temperature distribution of the fuel cell, this should be stated in the quotation. 7) When will the decision be made about the vendor? ANSWER: The selection for this procurement will be done after the proposals are received and thoroughly reviewed. 8) Is it possible to get partial/installment payment on this project? ANSWER: No, this does not meet the criteria for partial/installment payment on this procurement. 9) Are there any page limitation, and/or any particular way that you need the price of the project presented. ANSWER No, there is no page limitation. Offers must be submitted as described in 52.212-1, INSTRUCTION TO OFFERORS. The due date for receipt of offers is extended until January 16, 2004. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements: Offeror's proven performance reliability with pure oxygen (not air); Ability to deliver in advance of the required delivery date; a fuel cell mass below the maximum allowed in the SOW . Companies shall provide the information stated in the synopsis/RFQ posted on the NASA Acquisition Internet Service (NAIS) on December 24, 2003. Documents related to this procurement are available over the Internet and are in Microsoft Office 97 format and reside on the World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/JSC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=CL&pin=73
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#108348)
 
Record
SN00501504-W 20040111/040109212200 (fbodaily.com)
 
Source
FedBizOpps.gov 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.