Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2007 FBO #1970
SOLICITATION NOTICE

18 -- SABATIER SYSTEM FOR ISS

Notice Date
4/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
927110 — Space Research and Technology
 
Contracting Office
NASA/Goddard Space Flight Center, NASA Headquarters Acquisition Branch, Code 210.H, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NNH07195018R
 
Response Due
5/2/2007
 
Archive Date
4/17/2008
 
Small Business Set-Aside
N/A
 
Description
NASA/HQ intends to award a sole source contract to Hamilton Sundstrand pursuant to 10 U.S.C. 2304(c)(1), only one responsible source. This procurement is for on-orbit water production services using a Sabatier-reaction based system for the International Space Station. The Space Operations Mission Directorate (SOMD) is contracting for a Sabatier-based reaction system for the International Space Station (ISS). The contractor shall complete the Design, Development, Test and Evaluation (DDT&E) of the Sabatier System and NASA will pay only for the performance of the system upon operation on orbit as part of the ISS. NASA will serve in a limited capacity to assure safety. The contractor shall provide Failure Mode and Effects Analysis (FMEA) along with Hazard Analysis. NASA will handle launch, on-orbit operations, and maintenance within the defined mass and servicing levels defined by the contract. The Contractor shall provide the necessary data products required for operation procedures, launch constraints, and others. The Contractor shall conduct all technical DDT&E of the system. The Contractor is responsible for showing that the system will be safe and not damage any other ISS hardware by meeting the provided interface and acceptance testing criteria. The contractor will develop, procure, and build flight hardware, support equipment needed for operations, and training material within a schedule to meet delivery at least 6 months before the currently scheduled ISS assembly mission 20A which has a current manifest planning date of April 2010. If the contractor chooses another delivery schedule for the flight hardware, the contractor will need to meet the launch requirements for the proposed launch vehicle. The contract period of performance is anticipated to be for a minimum of five years of on orbit operations plus the time proposed for development and launch delivery. The contractor will provide the capability for on-orbit maintenance including maintenance and logistics planning and provision of spare parts. Any maintenance while on orbit of the system beyond the negotiated maintenance will incur a financial penalty on a per hour basis and consumables or replacement parts that are required beyond the negotiated plan needing to be delivered to the ISS will also incur a financial penalty on a mass basis. To mitigate the on-orbit delivery of mass (operational unit and consumables) the contractor shall define an up mass delivery schedule that includes mass, volume, and delivery phasing. These elements will be part of the detailed negotiation with the contractor and the result would be a performance metric in the payment calculation. The formula for calculating payment for the operational year is based on the completion of the performance evaluation criteria along with any penalties from crew time and deviation from mass and volume schedule. The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. Hamilton Sundstrand is the only source that can meet the Government requirements. The groundwork in Sabatier technology previously undertaken by Hamilton Sundstrand and its industry team is unique and is completely appropriate for adaptation to the new service-based model Sabatier System for the International Space Station. No other entity has the on-going and continuous past experience in combination with facilities and the financial resources and openness to the service-based contracting model. Therefore, only Hamilton Sundstrand is adequately equipped to provide this service to NASA. Any other firms desiring consideration are requested to fully identify their interest and capabilities within 15 days of the date of publication of this synopsis to the NASA HQ office and contact listed below. An Ombudsman has been appointed. See NASA specific note "B." 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=04#124116)
 
Record
SN01275308-W 20070419/070417221831 (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.