Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2012 FBO #3786
SOURCES SOUGHT

66 -- LADEE PROPULSION SYSTEM PRESSURIZATION TEST GROUND SUPPORT EQUIPMENT

Notice Date
4/4/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-0001
 
ZIP Code
94035-0001
 
Solicitation Number
NNA12ZP0001
 
Response Due
4/19/2012
 
Archive Date
4/4/2013
 
Point of Contact
Jeffrey S. Brown, Contracting Officer, Phone 650-604-4696, Fax 650-604-0912, Email jeffrey.s.brown@nasa.gov
 
E-Mail Address
Jeffrey S. Brown
(jeffrey.s.brown@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/ARC is hereby soliciting information about potential sources for the LunarAtmosphere Dust Environment Explorer (LADEE) Spacecraft Propulsion System PressurizationTest Ground Support Equipment as follows:The contractor shall provide all the Ground Support Equipment (GSE) required to performpressure tests of the LADEE Propulsion System with gaseous Helium (GHe) and gaseousNitrogen (GN2). The pressure test includes the following activities:1. Pressurization and depressurization of the Propulsion System with GHe or GN2 up to5,400 psia for the pressurization system;2. Pressurization and depressurization of the Propulsion System with GHe or GN2 up to 375psia for the pressurant manifold, propellant tanks, and thruster manifolds;3. Thruster Actuation Verification by measuring the pressure drop caused by openingindividual thruster valves for oxidizer and fuel lines;4. Performing individual thruster valve leak checks on the Aerojet R-4D-15 and the fourAMPAC-ISP DST-12 thrusters;5. Perform calibration of internal propulsion system pressure transducers by increasingthe pressure in the corresponding values step-by-step and using a calibrated GSE pressuretransducer as reference;6. Perform check valve crack pressure and leak rate measurements;7. Perform check valve pressure rise, flow rate, and pressure drop measurements;8. Perform regulator lock up and leak rate measurements at various flow rates;9. Perform Helium latch valve leak rate measurements;10. Perform fill/drain valve leak rate measurements;11. Filtering of all commodities introduced into the propulsion system (0.5 micron); and12. Pressure relief and venting capability at all times.The contractor shall design, manufacture or procure, and test all the required GSE andprovide the required documentation for NASA Pressure Safety to approve the GSE, and forNASA Technicians to safely operate the GSE during the Pressure Test. The contractor shallassume that the necessary commodities (GHe and GN2) as well as all Electrical GroundSupport Equipment (EGSE) required to read out the internal propulsion system pressuretransducers and thermistors, and actuate valves will be provided by NASA and is not partof this SOW.The contractor shall comply with the requirements of the Statement of Work and theassociated NASA requirements for Ground-Based Pressure Vessels and Pressurized Systems(NASA-STD-8719.17), Ames Procedural Requirements for Pressure System Safety (APR 1700.1Chapter 10), Air Force Space Command Manual (AFSPCMAN) 91-710, WFF Range Safety Manual(RSM) 2002 Rev B, and the American Society of Mechanical Engineers (ASME) B31.3 ProcessPiping as applicable. A compliance matrix and documentation verifying the successfulcompletion of required tests shall be submitted as part of the documentation package.NASA/ARC is seeking capability statements from all interested parties, including Small,Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), ServiceDisabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone)businesses, and Historically Black Colleges and Universities (HBCU)/MinorityInstitutions (MI) for the purposes of determining the appropriate level of competitionand/or small business subcontracting goals for the Propulsion System Pressurization TestGSE requirement. The Government reserves the right to consider a Small, 8(a),Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-asidebased on responses hereto.No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sitesfor the release of any solicitation or synopsis.Interested offerors/vendors having the required specialized capabilities to meet theabove requirement should submit a capability statement of 10 pages or less indicating theability to perform all aspects of the effort described herein.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 theyare large, or any category of small business*, number of years in business; affiliateinformation: parent company, joint venture partners, potential teaming partners, primecontractor (if potential sub) or subcontractors (if potential prime); list of customerscovering the past five years (highlight relevant work performed, contract numbers,contract type, dollar value of each procurement. Please advise if the requirement is considered to be a commercial or commercial-typeproduct. A commercial item is defined in FAR 2.101.This synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemedfully qualified will be considered in any resultant solicitation for the requirement. All responses shall be submitted to the point of contact below no later than 4:00PM onApril 19, 2012. Please reference NNA12ZP0001 in any response.Any referenced notes maybe viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA12ZP0001/listing.html)
 
Record
SN02713621-W 20120406/120404235003-020accfe9ae865df34e3caa10381274b (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.