Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2007 FBO #1983
MODIFICATION

A -- FULL SCALE RADIATOR DEMONSTRATION UNIT SECOND GENERATION RDU

Notice Date
4/30/2007
 
Notice Type
Modification
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC07ZRM008R
 
Response Due
5/16/2007
 
Archive Date
4/30/2008
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE CONSTITUTES AMENDMENT NO. 2 TO THE COMBINED SYNOPSIS/RFP FOR A FULL SCALE RADIATOR DEMONSTRATION UNIT SECOND GENERATION RDU. Companies shall acknowledge all amendment(s) in their quote. This notice serves as the official amendment to subject synopsis/RFP and a written amendment will not be issued. The purpose of this amendment is to: 1) Extend the Proposal Submittal Deadline, 2) Correct references to the Cost/Pricing Spreadsheet, 3) Answer questions received on the April 20th Question Submittal Deadline, 4) Post the Cost/Pricing Spreadsheet (Attachment C), and 5) Create a Question Submittal Deadline for the Cost/Pricing Spreadsheet. 1) The due date for receipt of offers IS hereby extended to 5:00 pm EST Wednesday, May 16th, 2007. Again, e-mailed proposals will not be accepted. 2) Solicitation references to Cost/Price Documents as Attachment B and Attachment E are hereby corrected. The Cost/Pricing Spreadsheet is actually Attachment C. 3) The following are the questions (selected questions are paraphrased) submitted on the Question Submittal deadline and the corresponding answers: Q1: The RFP states the desired operating temperatures of the panel should be between 450 K and 350 K. What is the expected temperature range for the eventual Nuclear Power Generation (NPG) waste heat rejection application? A1: The operating temperatures and conditions for the Second Generation RDU are given in Section III. Design Requirements, paragraphs 11 and 12, and the nominal operating condition inlet fluid temperature is 400 K. Q2: The solicitation mentions micrometeroid protection for the manifold. Should this criterion be included in the design and fabrication of this component? A2: Section II. Reference Radiator Concept is meant to provide a context for the Second Generation RDU and is not part of the requirements, so there is no micrometeoroid protection requirement. Q3: Are the only structural requirements for the panel assembly that 1) it can be mounted vertically and 2) it can support its own weight for the duration of testing? A3: The panel must also be able to support its own weight in a horizontal position (Section III. Design Requirements, paragraph 6). The unit is strictly for laboratory testing and does not have vibration or launch load requirements. Q4: Are there any geometric restrictions on the manifold size (i.e. tube diameter), or can the sizing be driven by the technical requirements and the discretion of the Offeror? A4: There are no restraints on the manifold design other than the technical requirements listed in Section III. Design Requirements, paragraph 10 and elsewhere in the section. The Offeror may select any size and configuration for the manifold required to meet the requirements without further constraints. Q5: Is there a preferred type of high emissivity coating desired by NASA for the panel? A5: No- it is expected that the Offeror will select a coating (or no coating) during the Base Contract Design Study. Q6: Can you provide more information regarding the vacuum-suitable connectors that are compatible with Vacuum Facility #6 as well as the needed electrical interfaces? A6: Vacuum Facility #6 will fully enclose the Second Generation RDU assembly. All feed throughs for the chamber will be the sole responsibility of the Government and are not to be provided by the Offeror. The Offeror is expected to provide standard fittings (e.g., NPT, Conflat, Swagelok, etc.) for the manifold to connect to the heating loop. The fittings are to be designed for operation in the pressure range of 10-4 to 10-7 torr with minimal outgassing and leakage under the operating conditions listed in Section III. Design Requirements, paragraphs 11 and 12. It is expected but not required that these will be commercially available fittings from a vendor specializing in vacuum fittings. Likewise connections for the thermocouples, RTDs and any other Offeror supplied hardware should be capable of operating in a pressure range of 10-4 to 10-7 torr with minimal outgassing or other undesirable characteristics under the operating conditions for the panel listed in Section III. Design Requirements, paragraphs 11 and 12. Electrical power for the heating loop, DAQ system, etc., will be provided by the Government. The Offeror is expected to provide a junction box, disconnect, electrical plug, or other similar termination where the Government can easily connect power to the system. The Government will be responsible for providing any required electrical wire, outlets, conduit, etc., for connecting the units to the electrical power. As stated in Section VI. Government Furnished Property (GFP), paragraph 8, the Government can provide 110V, 208V and 440V power. Any other voltage will require the Offeror to provide a step up or step down transformer. The Government will be responsible for providing sufficient amperage to supply the units. It is expected that approximate electrical requirements will be provided as part of the Preliminary Designs listed in Section VIII. Deliverables to ensure that sufficient power is available when the equipment is delivered. Q7: Is there a pressure drop requirement for the flow through the manifold? A7: No, but the Offeror must design the heating loop proposed for Section IV. Contract Option II For Heating Loop taking into account the pressure drop in the manifold that they design. Q8: What is the total available funding? A8: Funding information will not be released at this time. Q9: The RFP has several small business/small disadvantaged subcontracting provisions (Small Business Subcontracting Goal of 16%, FAR 52.219-4, 52.219-23, etc.). Do these provisions apply to small businesses? A9: Small Businesses are not required to meet the Subcontracting Goal. Offerors should consult the Federal Acquisition Regulation (FAR) concerning the applicability of other related provisions. Q10: Several clauses are not applicable. Will the resulting contract be tailored to delete inapplicable clauses? A10: As stated in Section L, Proposal Preparation Instructions, (G)(1)(b), Offerors shall include a listing of exceptions and deviations taken to the RFP. The listed 'exceptions and deviations' will be reviewed by the Government and inapplicable clauses deleted. The Government reserves the right to add applicable clauses to the resultant contract. Q11: Can you provide Attachment B and Attachment E? These attachments are referenced in the Volume II Cost Proposal preparation section. Q12: The Attachments are incorrectly referenced in the Solicitation. There is only one Cost/Pricing Spreadsheet- Attachment C. 4) Attachment C Cost/Pricing Spreadsheet is posted with this Amendment. Offerors may modify the spreadsheet as necessary to provide an accurate reflection of the Offerors cost/pricing structure and/or information. Supporting cost/pricing information may be submitted in an Offeror selected format. 5) Questions concerning the Cost/Pricing Spreadsheet must be in writing (via e-mail) to Daniel Rodriguez at Daniel.Rodriguez-1@nasa.gov no later than 5:00 pm EST Monday, May 7th, 2007. Companies shall provide the information stated in the synopsis/RFQ posted on the NASA Acquisition Internet Service (NAIS) on April 4th, 2007. Documents related to this procurement are available over the Internet. These documents reside on a World Wide Web (WWW) server which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/GRC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22
 
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#124193)
 
Record
SN01284395-W 20070502/070430221144 (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.