Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2007 FBO #1948
SOLICITATION NOTICE

61 -- LITHIUM ION BATTERY PACKS FOR PORTABLE LIFE SUPPORT SYSTEM SIMULATOR

Notice Date
3/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC07194975Q
 
Response Due
4/3/2007
 
Archive Date
3/26/2008
 
Small Business Set-Aside
Total Small Business
 
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. This notice is being issued as a Request for Quotations (RFQ)] for the following: NASA/GRC has a requirement for a number of small lithium-ion battery packs configured to power a portable life support system (PLSS) simulator in a demonstration scheduled for the fall of 2007. The objective of this effort is to demonstrate improved battery performance using an experimental electrolyte, which has been developed by NASA for next-generation lithium-ion batteries. NASA shall provide a sufficient quantity of the experimental electrolyte for substitution in the demonstration cells/batteries. A small number of control cells, with the vendors ?standard? electrolyte, will also be required for laboratory test comparisons. A vendor having experience with Li-ion battery manufacturing methods is required to assemble the demonstration batteries. The PLSS will be operated in sessions at the NASA D-RATS field trials at Meteor Crater, Arizona in September 2007. In previous trials, a commercial lithium-ion camera battery (IDX Endura E-50S) has been used to power this device. A person in the field wears the D-RATS PLSS during this demonstration. Note: Availability of vendor?s safety qualification data for similar cells and/or batteries is essential for establishing safety guidelines for this demonstration. Submission of existing data for cell-level abuse-tolerance represents a best value for selection. The vendor shall deliver pre-wired battery assemblies with power leads and provisions for monitoring individual cell voltages. NASA plans to complete the integration of the battery package into a housing that is compatible with PLSS. Consultations with the battery vendor will be required to assure that integration in the PLSS meets safety requirements and vendor?s specifications. Battery assemblies with internal safety features will be considered a best value for selection. Field demonstrations shall consist of powering the PLSS demonstrator. Knowledgeable personnel will conduct all battery charging operations in a laboratory-environment. It is planned that individual cell voltage and temperature will be monitored closely during charging operations. Cell balancing will be performed manually (if necessary) by discharging cells through the voltage sensing leads. An automatic battery charger, which facilitates the charging process, is desirable but not essential. Quotations are required for the following items meeting the specifications listed below: (all prices shall be quoted as FOB Destination to Cleveland, Ohio) 1. Individual cells with vendor's "standard" electrolyte - Qty. 10; required delivery no later than 5/14/2007 2. Individual cells with NASA electrolyte - Qty: 8; delivery NLT 6/4/2007 3. Battery with vendor's "standard" electrolyte - Qty: 1; delivery NLT May 14, 2007 4. Batteries with NASA electrolyte - Qty: 4; delivery NLT 6/4/2007 5. Data package for all cell/batteries delivered - to accompany delivered item(s) NOTE: Due to project schedule, assurance of delivery date is essential. Early delivery will be considered a best value for selection. In addition to the above quantities, vendors are requested to provide quotations on the following, some or all of which will be purchased if funding permits: 1. Individual cells with standard electrolyte - Qty: 10, delivery NLT 5/30/2007. 2. Individual cells with NASA electrolyte - Qty: 10; delivery NLT 6/15/07. 3. Batteries with standard electrolyte - Qty: 2; delivery NLT 5/30/2007 4. Batteries with NASA electrolyte - Qty: 2; delivery NLT 6/15/2007 5. Automated battery charger with built-in cell monitoring - Qty: 1; Delivery NLT 8/15/2007 Best value selection criteria will include early delivery of batteries and cells; internal safety features; abuse tolerance data for similar cell designs; and demonstrated prior experience with similar cells and batteries. Offerors must include data addressing these factors. Offerors must also include conceptual drawings of the proposed battery assembly; and a safety qualification data package for standard cell with their quotations to enable evaluation by the Government. Vendors must also indicate the date by which they will require receipt of the Government electrolyte in order to fabricate the cells on schedule. Safety requirements: 1. Prior data for standard electrolyte cells under abuse conditions is essential for planning and evaluating safety measures for field trials. 2. If the proposed battery cells are of an existing production design, a data package of abuse tests and failure modes shall be made available. 3. If the proposed battery cells are of a unique size or shape, then data for cells of similar construction and identical electrode/electrolyte type may be substituted. 4. At a minimum, batteries shall be sufficiently robust to tolerate a 5 foot drop onto a concrete floor when fully charged, without a safety incident. 5. All electrodes and separator materials shall be from the same lot. Battery Specifications: 1. Discharge capacity: greater than or equal to 4 Ah at a C/2 rate at room temperature 2. Discharge voltage window: 12 ? 17 V 3. Maximum, continuous discharge current: 4 A 4. Maximum battery external dimensions (inches): 4.875 x 3.375 x 1.375 5. Operating temperature range (discharge): -40?C to +60?C (Laboratory testing of the cells shall be conducted in this temperature range. Cell components shall be capable of exposure to these limits without physical breakdown.) 6. Battery specific energy (target) >180 Wh/kg 7. Seal integrity: no detectable electrolyte leakage for a period of 1 year. 8. Cell matching within batteries shall be adequate to complete at least 10 room-temperature charge/discharge cycles with cell voltage balance maintained at 2% or better. 9. Solder-able power leads: 12 inch length, sized to for maximum current/voltage (8A / 17V). 10. Solder-able leads for monitoring individual cell voltage 12 inch length. Power and monitoring leads shall be pre-attached to the appropriate cell terminals when shipped. Required physical markings: Each cell and battery back shall carry external markings to uniquely identify components. As a minimum, the following shall be included: Name or part number; Serial number; Typical voltage range; Type of Chemistry. Required data package: 1. Disclosure of cell makeup including separator type, electrolyte composition, electrode composition. 2. Recommended charging procedures for standard electrolyte 3. Individual cell dimensions and mass. 4. Cell formation data for irreversible capacity loss. 5. Cell capacity, energy data for first three cycles at 25?C. 6. Battery capacity, energy data for first three cycles at 25?C. Cell qualification package: Existing abuse-test data for similar cells. The provisions and clauses in the RFQ are those in effect through FAC 05-15. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 335911 and 500 employees respectively. 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 to NASA Glenn Research Center, Cleveland, Ohio is required within the schedule specified above. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by April 3, 2007, 5:00 PM and may be mailed or faxed to Richard Amiot, NASA Glenn Research Center, Mail Stop 500-306, 21000 Brookpark Rd, Cleveland, OH 44135 FAX (216) 433-5489. Offers 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 are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, 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 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (July 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a); 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)); 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); 52.225-1, Buy American Act?Supplies (June 2003) (41 U.S.C. 10a-10d), 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-34, Payment by Electronic Funds Transfer?Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). 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 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 listed above under Best Value Selection Criteria shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#124050)
 
Record
SN01259521-W 20070328/070326221024 (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.