Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2009 FBO #2658
SOLICITATION NOTICE

99 -- CANDIDATE LI-ION CELL DESIGNS FOR THE INTERNATIONAL SPACE STATION BATTERY

Notice Date
3/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335912 — Primary Battery Manufacturing
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ09282946Q
 
Response Due
3/20/2009
 
Archive Date
3/5/2010
 
Point of Contact
Perry L Mueller, Contract Specialist, Phone 281-483-7158, Fax 281-244-0995, - Ann E. Bronson, Contracting Officer, Phone 281-483-9889, Fax 281-244-5331, />
 
E-Mail Address
Perry.l.mueller@nasa.gov, ann.e.bronson@nasa.gov<br
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; 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 purpose that NASAseeks to purchase small lots of up to 5 unique lithium ion cell designs for evaluation ascandidate building blocks for the 120V International Space Station (ISS) battery. Seethe Statement of Work and reference documents for more information. The Statement ofWork and reference Documents can be viewed at: http://procurement.jsc.nasa.gov/NNJ09282946Q/SOW.doc http://procurement.jsc.nasa.gov/NNJ09282946Q/SSP-30695B.pdf http://procurement.jsc.nasa.gov/NNJ09282946Q/SSP-41172-RevU.pdf http://procurement.jsc.nasa.gov/NNJ09282946Q/SSP-50722-Battery-ICD.pdf http://procurement.jsc.nasa.gov/NNJ09282946Q/SSP50835A-ISS-Common-IRD.pdf The provisions and clauses in the RFQ are those in effect through FAC 2005-30.The NAICS Code and the small business size standard for this procurement are 335912 and1,000 respectively. The offeror shall state in their offer their size status for thisprocurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA-JSC is required within 3 months ARO. Delivery shall to a NASAdesignated site (Government Bill of Lading).Offers for the items(s) described above are due by 1:30 local time, March 20, 2009 toPerry Lamar Mueller, 2101 NASA Parkway, Houston, TX 77058 and must include, solicitationnumber, Government Bill of Lading, proposed delivery schedule, discount/payment terms,warranty duration (if applicable), taxpayer identification number (TIN), identificationof any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order forCommercial Items form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tmlQuotes shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (OCT 2008), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (FEB 2009), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable.FAR 52.227-14 (DEC 2007), Rights in Data - General, is applicable.The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htmlThe NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htmAll contractual and technical questions must be in writing (e-mail) to Perry LamarMueller not later than March 16, 2009.Telephone questions will not be accepted.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. Other critical requirements: Other critical factors that shall also be considered:1.Technical rationale supporting that the cell design proposed will yield a batterydesign solution that will exceed the ISS 6.5-year service life requirement with a goal of10-year service life. Proposals should thoroughly explain how any margin over the 6.5year is arrived at with details that shall include at minimum a combination of maximizingthe energy content within the ISS mass and volume constraints, lowering the DoD, and lifeverification tests/analyses on the proposed (or very relevant) cell design.2.Flight heritage and Technology Readiness Level (TRL) of the proposed cell design.3.Cell design features provided and production line measures taken to ensure highcell quality and to mitigate cell internal shorts.4.Relevant qualifications and experience on similar efforts of the personnelproposed to manage and perform this cell production for NASA.5.Quality of the content to be included in the Acceptance Data Package for thecells to be delivered.6.Schedule (section 7.0) Demonstration of measures taken to mitigate schedule riskand/or exceed the schedule as set out by the statement of work without compromising thetechnical integrity of the work required.7.Technical rationale supporting that the cell design proposed will enable a commoncell design to satisfy the ISS and Orion battery modules.Technical acceptability will be determined by review of information submitted by theofferor which must provide a description in sufficient detail to show that theproduct/service offered meets the Government's requirement. It is critical that offerorsprovide adequate detail to allow evaluation of their offer.NASA intends to award up to 5 separate contracts for unique cell designs that meet therequirements herein. NASA will perform acceptance tests on the lots of cells deliveredthat include electrical performance and seal integrity. Subsequently, cells shall beconnected into 10-cell batteries and a LEO cycle testing will be initiated at the ISSconditions proposed. In parallel, NASA will perform non-destructive and destructivephysical analysis of a sample of each cell. Option 1: Cell Production Line Audits will beawarded to the three best performing cell designs.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 (JUNE 2008), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note "B".Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73. Potential offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bf70d9c4b554793ddb6dcd413b5d84f5&tab=core&_cview=1)
 
Record
SN01762383-W 20090307/090305215841-bf70d9c4b554793ddb6dcd413b5d84f5 (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.