Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 18, 2007 FBO #2152
SOURCES SOUGHT

18 -- FEASIBILITY STUDY FOR DEVELOPMENT OF STRESS RUPTURE DATA FROM COMPOSITE OVERWRAPPED PRESSURE VESSELS

Notice Date
10/16/2007
 
Notice Type
Sources Sought
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
NASA - White Sands Test Facility, P.O. Box 20, Las Cruces, NM 88004-0020
 
ZIP Code
88004-0020
 
Solicitation Number
NNJ08COPV
 
Response Due
11/15/2007
 
Archive Date
10/16/2008
 
Point of Contact
Irene M. Garcia, Contract Specialist, Phone 505-524-5512, Fax 505-524-5130, Email irene.m.garcia-1@nasa.gov - Valerie A. Marburger, Contracting Officer, Phone 505-524-5139, Fax 505-524-5130, Email Valerie.A.Marburger-1@nasa.gov
 
E-Mail Address
Email your questions to Irene M. Garcia
(irene.m.garcia-1@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is issued by NASA JSC WSTF as a Market Research/Request for Information (RFI) This RFI is a continuation of a previous RFI entitled, ?Feasibility Study for Development of Stress Rupture Data from Composite Overwrapped Pressure Vessels?, (Reference Number: NNJ07COPV) which closed on October 3, 2007. Please note that previous respondents to NNJ07COPV are required to respond to the new RFI. The purpose of this RFI is to obtain information from vendors for Composite Overwrapped Pressure Vessels (COPV?S) regarding the costs and delivery times required to design, analyze, and build COPV?s per the requested specifications. Information is requested for vessels that will represent flight materials and processes. Vessels shall be manufactured of space flight proven resin systems and flight certified carbon fibers. It is preferred that information be given for vessels used to establish an A-basis allowable per ANSI/AIAA S-081A-2006. NASA?s immediate need for this capability is to perform accelerated tests to obtain data on approximately 140 small scale test articles for the determination of the best reliability models to use for the design and qualification of flight vessels. Consequently, the goal of this RFI is to survey industry interest in accommodating the delivery of small scale carbon wrapped COPV?s for stress rupture life testing in support of NASA?s new fleet of manned exploration vehicles. COPV?s for various configurations aboard the fleet of vehicles are being considered and time at pressure (stress rupture) data development is desired. CEV COPV Background The CEV is a crew launch vehicle that will be used to replace the Shuttle for support of the International Space Station and will also be used for the Constellation program for future lunar missions. The CEV will have many COPV?s for both the propulsion and environmental control systems. The propulsion system COPV?s will consist of pressurization and propellant vessels. The pressurization COPV?s will store high pressure gases and the propellant COPV?s will store liquids for fuel and oxidizers at lower pressures. The environmental control system COPV?s will consist of high pressure vessels for the storage of high pressure GN2 and GO2. The following Figure shows a preliminary schematic for a high pressure GHe pressurization system. COPV Requested Specifications It must be noted that some of the following specifications are set forth as target goals based on estimations from the Crew Exploration Vehicle COPV Working Group. Further discussions and meetings will be scheduled to address these specifications with vendors before the responses are submitted. Shape: Cylindrical COPV Fill Ports: 2 boss ports with MS thread form Liner: Seamless Al 6061-T6 0.030 in Thick Tolerance on the thickness in the cylinder section is +/-0.003 Fiber: Toray T-1000 The minimum tensile strength for fiber tests shall be 800 ksi. Tensile strength tests shall be performed on spools on wrapping machines before test articles are wrapped and these tests must show a minimum strength of 800 ksi. Volume Fiber Ratio: 0.65 +/- 0.05 Target Design Burst Pressure: 6,000 to 10,000 psig Target Diameter: 4.0 to 8.0 in. Cylinder Length: Minimum cylinder length shall be 4.0 in. Proof pressure: Proof tests shall be performed after delivery to NASA Wrapping Pattern: Minimum of 4 hoop wraps coupled with sufficient helical wraps to meet burst pressure requirement Burst Tests: Burst tests shall be performed on 20 vessels to determine the variability Test Temperature: 70?F to 80?F Quantity: 140 Tentative RFI Schedule Event or Task Date CEV COPV Stress Rupture Life Test Article RFI Release 10/12/2007 Technical Discussions with Vendors Via Telecons 10/17/2007 to 10/31/2007 RFI Responses Due 11/15/2007 RFI Response Content Instructions At a minimum, the RFI response should include the following: 1.0 A statement indicating your company?s interest in the fabrication and delivery of Composite Overwrapped Pressure Vessels for stress rupture life tests. 2.0 A list of tasks that your company believes it will need to perform to accommodate the delivery of the proposed COPV?s per the requested specifications. The primary tasks need to include but not be limited to: design, analysis, fabrication and testing. 3.0 A cost and delivery estimate for performing the full list of tasks and a payment milestone profile. 4.0 A summary of relevant experiences and history of your company related to the development of hardware for space applications. 5.0 The capabilities of your test facilities related to performing and collecting data for burst pressure tests. 6.0 All other information that your company considers to be pertinent to this activity. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis. Responses must include the following: -name and address of firm, size of business; -average annual revenue for past 3 years and number of employees; ownership; -whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; -number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); -A list of at least 3 references identifying where relevant work was performed (preferably with the Federal Government and within the last 3 years). The list should contain a point of contact, contract number, company name, phone number, email address and a brief description of the work performed. PLEASE ENSURE THAT REFERENCE INFORMATION IS UP TO DATE AND ACCURATE. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based on responses. All responses shall be submitted to Irene Garcia (irene.m.garcia-1@nasa.gov) no later than November 15, 2007. Please reference NNJ08COPV in any response. Any referenced notes may be viewed at the following URL?s linked below.
 
Web Link
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#127451
 
Record
SN01435238-W 20071018/071016223902 (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.