Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2016 FBO #5210
SOURCES SOUGHT

A -- Propellant Tank - RFI

Notice Date
2/26/2016
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, Maryland, 20771, United States
 
ZIP Code
20771
 
Solicitation Number
NNG1621966I
 
Point of Contact
Dona D. Vanterpool, Phone: 3012861761
 
E-Mail Address
dona.d.vanterpool@nasa.gov
(dona.d.vanterpool@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Propellant Task Specification (SPEC) Propellant Tank Statement of Work ( SOW) NASA GSFC has determined a need for a propellant tank for a bipropellant propulsion system. This document and its attachments are for information and planning purposes only to allow industry the opportunity to submit responses describing their relevant capabilities and provide feedback regarding the Europa Propulsion Subsystem Propellant Tanks technical and programmatic requirements. NASA GSFC is building the propulsion subsystem for the NASA/JPL/APL team. The design of the Propellant Management Device (PMD) will be an 8 vane design with a trap. The RFP release date is anticipated to be October 2016. The relevant DRAFT documents with the technical requirements and a Statement of Work (SOW) are included here as reference: EUROPA-PROP-SPEC-0005 Europa Project Propellant Tank Specification EUROPA-PROP-SOW-0006 Europa Project Propellant Tank Statement of Work NASA/GSFC is seeking capability statements from all interested parties that possess the technical capability to provide support for the requirements, including Large, Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for this effort. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. Additionally, your responses must include the following: name and address of firm, size of business; whether they are Large, Small, SDB, 8(a), WOSB, VOSB, SD-VOSB, HUBZone, and HBCU/MI, and affiliate information: parent company, joint venture partners, and potential teaming partners. Responders are further requested to provide the following additional information: 1. A proposed Part Number with flight history and design information. 2. Any requirements that you do not believe are within qualification. 3. Any processes and requirements that drive cost or schedule, or that are deemed not required by the vendor, with rationale, and the cost and schedule impacts. 4. A rough order of magnitude (ROM) cost, with breakdowns for Non-Recurrent Engineering, and Recurrent Engineering, and with breakdowns for any qualification work, and any options. 5. Details on how the planetary protection requirements can be met, including a discussion of all three options, and whether these impact the qualification status of the valve. Planetary protection should be costed and scheduled for the maximum bioburden reduction (Order(6)). A biological assay should be scheduled as requiring a month of time. Samples of the fiber and epoxy for assay should be provided in as flight-like a manner as possible. 6. A schedule for implementation of the program, with options for acceleration with the associated costs. 7. Potential mass reductions that could be incorporated into the tank, and how much these mass reductions will cost. The mass breakdown of the individual piece parts should also be included. 8. The impacts to cost, schedule, and the design of the tank for a MEOP increase, potentially up to 300 psi. 9. The impact to cost and schedule to do the qualification in parallel with the flight builds. 10. The cost of a design with a full composite overwrap to reduce mass. 11. What types of paint could you use to meet the emissivity requirement, and how much would painting the tank cost? What is the heritage of this process? NASA intends to release a contract with a baseline for the qualification of the propellant tanks, with options for the design and production of Propellant Management Devices (PMDs), and for the production and verification of the flight tanks. The PMD would be integrated into the tank by the prime for all potential options. Responders are requested to provide feedback, cost, and suggestions on the following potential contractual matters: 1. Potential for the prime to do the PMD design, build, and test. 2. Potential for a subcontractor to do the PMD design, build, and test. 3. Potential for the government to provide a PMD for testing by the prime. 4. Potential for the government to provide a government-designed and tested PMD for integration into the tank by the prime. 5. Potential for a government-designed PMD to be built and tested by the prime. 6. Potential for consultation services to be provided by the prime on PMD design and build. 7. Potential for consultation services by a subcontractor who has designed and built similar PMDs to be provided by the prime. 8. Possible contract type, specifically the feasibility of doing this as a firm fixed-price contract, and the potential cost impact of the contract type. 9. Possible contract incentives. 10. Possible payment structure. Companies are reminded that they must be registered in the System for Award Management (SAM) (www.sam.gov) to be considered as potential sources. All responses shall be unclassified. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Your responses will not be returned nor will respondents be notified of the results of the evaluation. The information obtained from industry responses to this notice may be used in the development of an acquisition strategy and a future RFP and for budgeting purposes. Responding to this RFI does not obligate or limit the government or supplier in any way. The anticipated North American Industry Classification System (NAICS) code for this procurement is 541712, with a small business size standard of 1,000 employees. Questions regarding this RFI must be submitted in writing (email preferred)no later than 4:00pm on March 18, 2016. Oral communications are not acceptable for this action. No solicitation currently 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/90272c14195752856eb0a39be92044a0)
 
Place of Performance
Address: NASA Goddard Space Flight Center, Greenbelt, Maryland, 20771, United States
Zip Code: 20771
 
Record
SN04033027-W 20160228/160226234915-90272c14195752856eb0a39be92044a0 (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.