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 -- High Pressure Latch Valve - 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
NNG1621965I
 
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
High Pressure Latch Valve Specification (SPEC) High Pressure Latch Valve Statement of Work (SOW) NASA GSFC has determined a need for a High Pressure Latch Valve 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 High Pressure Latch Valve technical and programmatic requirements. NASA GSFC is building the propulsion subsystem for the NASA/JPL/APL team. 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-0009 Europa Project High Pressure Latch Valve Specification EUROPA-PROP-SOW-0010 Europa Project High Pressure Latch Valve 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, with particular reference to the history of the Teflon® seat or other seat material. 2. Any parts or 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. 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)). 6. Details on the radiation tolerance of the parts in your hardware. 7. A schedule for implementation of the program, with options for acceleration with the associated costs. 8. A description of the qualification required to change the seat material to Teflon® or metal if needed, along with a schedule for this qualification effort. Lastly, responders are requested to provide feedback and suggestions on the following potential contractual issues: 1. Possible contract incentives 2. 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/263180a8c5875e1c411b040254256f67)
 
Place of Performance
Address: NASA Goddard Space Flight Center, Greenbelt, Maryland, 207701, United States
Zip Code: 07701
 
Record
SN04033063-W 20160228/160226234940-263180a8c5875e1c411b040254256f67 (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.