Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 04, 2017 FBO #5794
SPECIAL NOTICE

A -- Bigelow Expandable Activity Module

Notice Date
10/2/2017
 
Notice Type
Special Notice
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Mail Code: BG, Houston, Texas, 77058-3696, United States
 
ZIP Code
77058-3696
 
Solicitation Number
80JSC018R0027
 
Point of Contact
Kelly L. Rubio, Phone: 2812447890
 
E-Mail Address
kelly.l.rubio@nasa.gov
(kelly.l.rubio@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/JSC has a requirement to sustain and utilize the Bigelow Expandable Activity Module (BEAM), which is on-board the International Space Station (ISS), to stow ISS equipment and in addition to its use as a test-bed for new technology demonstrations, during and beyond the BEAM initial baseline period of performance. NASA Headquarters issued contract NNH12309355 to Bigelow Aerospace for the BEAM technology demonstration on December 20, 2012. The BEAM, an expandable soft-goods module, was flown onboard the SpaceX Dragon vehicle and delivered to the ISS in April 2016, where it was installed on Node 3 Aft by the Space Station Remote Manipulator System (SSRMS), expanded, and checked out. The baseline technology demonstration period, which began June 2016, is two years. BEAM continues to demonstrate positive performance in space and initial studies have shown that it can be used long-term on the ISS to support the government's needs for on-orbit stowage and for technology demonstrations. Current estimates are that BEAM will provide the government a minimum of 109 Cargo Transfer Bags (CTBs) of on-orbit stowage with a goal of 130 CTBs, during its anticipated life. Long-term use of BEAM ISS is expected to provide NASA valuable performance data in such areas as structures, radiation, Micrometeoroids and Orbital Debris (MMOD), and microbial growth. The use of the BEAM as part of a human-rated system by NASA will allow Bigelow Aerospace to demonstrate its technology for future commercial applications in Low Earth Orbit. NASA/JSC intends to issue a sole source contract to Bigelow Aerospace starting in the first quarter Fiscal Year 2018 to provide sustaining engineering, anomaly resolution, and engineering analysis, in addition to BEAM stowage and life-extension certification. This new contract, with a base contract period of three years, with two one-year options, will overlap the baseline contract technology demonstration period. The BEAM was uniquely designed and manufactured by Bigelow Aerospace and they currently retain ownership of the BEAM module as well as all proprietary drawings, models and detailed manufacturing data. Bigelow Aerospace is uniquely qualified to provide the support necessary to convert BEAM from an empty ISS module to one that is safe for the ISS Crew to use for long-term ISS on-orbit stowage. Bigelow Aerospace maintains the expertise necessary to: a) Perform the Beam Stowage and life-extension engineering analysis, including loads, fracture, MMOD, with a 130 CTB loaded BEAM b) Update interface data between the BEAM and the ISS Common Berthing Mechanism to support hardware upgrades and additions c) Ensure the integrity of the external SSRMS grapple fixture d) Update and maintain all BEAM safety hazard analysis, supporting data, and safety certification for long-term use and stowage. e) Update, maintain knowledge of, and ensure the BEAM fracture critical structure integrity f) Update and maintain knowledge of the BEAM soft goods integrity g) Update and maintain knowledge of the BEAM on-orbit environment, including temperature, airflow, radiation, MMOD posture, and support anomaly resolution as required. h) Maintain any supporting hardware necessary to ensure the operability of BEAM, and the safety of the crew and the ISS. Other firms desiring consideration are required to fully identify their interest and capabilities within 15 days of the date of publication of this synopsis to the contacts provided below. The Government does not intend to acquire a commercial item using FAR Part 12. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 4:30 p.m. local time on October 17, 2017. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer, which shall be considered by the agency. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/92129895cfbdb9e887d2afbae61f4b79)
 
Record
SN04702851-W 20171004/171002230928-92129895cfbdb9e887d2afbae61f4b79 (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.