SOURCES SOUGHT
99 -- SPACE SHUTTLE ORBITER ADVANCED HYDRAULIC POWER SYSTEM (AHPS) BATTERY SYSTEM
- Notice Date
- 11/13/2003
- Notice Type
- Sources Sought
- Contracting Office
- United Space Alliance (USA), 600 Gemini Avenue, Houston, TX 77058
- ZIP Code
- 77058
- Solicitation Number
- RFI-USATX-JH-11-13-03
- Response Due
- 12/3/2003
- Archive Date
- 11/13/2004
- Point of Contact
- Alan M Fuller, Project Lead for Upgrades Subcontracts Mgmt., Phone (281) 282-5621, Fax (281) 282-5811, Email alan.m.fuller@usahq.unitedspacealliance.com
- E-Mail Address
-
Email your questions to Alan M Fuller
(alan.m.fuller@usahq.unitedspacealliance.com)
- Description
- Purpose of Request for Information (RFI): United Space Alliance (USA), LLC, through its offices located in Houston, Texas is soliciting information from potential Offerors for the acquisition of a Space Shuttle Advanced Hydraulic Power System (AHPS) Battery System. The objective of this RFI is to invite potential Offerors to submit information that allows USA to conduct a technical and capabilities assessment of Offerors, and to promote competition and teaming. USA anticipates the issuance of a Request for Proposal (RFP), on or about January 7, 2004, for the acquisition of the AHPS Battery System. The potential award is anticipated to be based upon competition. The RFP will contain the selection criteria. Program Description: The Space Shuttle Orbiter AHPS Project is a high priority upgrade to improve safety, reliability, and operability by replacing the existing hydrazine-fueled, high-speed turbine Auxiliary Power Unit (APU) with an electric motor and power supply. All performance requirements of the current APU shall be met by the AHPS. In addition, the AHPS will have greater redundant capability then the existing APU, and provide increased hydraulic flow capability. The upgrade will eliminate the toxic and hazardous potential of hydrazine on the ground and in space as well as the potential safety hazards associated with the high-speed turbines. Each AHPS subsystem is comprised of a Battery Assembly, 270 VDC electrical power distribution and control hardware, Electro-Hydraulic Drive Unit (EHDU), and it?s associated cooling hardware. There are three (3) AHPS subsystems in the Orbiter. The three (3) Battery Assemblies comprise the Battery System. The effort required for the Battery System includes design, development, certification, and delivery of hardware for three (3) Orbiters and the initial lay-in spares. The total quantity of Battery Assemblies includes nine (9) flight units, three (3) spares, three (3) development units, and four (4) qualification units. The first set of flight hardware is to be delivered in late 2008 in order to support completion of implementation into the first Orbiter by 2009. The RFP will request two Battery System approaches that will be acceptable to the AHPS Project. Offerors can propose a single concept approach or both approaches in their offer. The two concept approaches are defined, but not limited to, the following requirements as follows: 1. A Battery Assembly defined as eighty-two (82) 120 Ah Li-Ion Secondary cells with performance characteristics of operating time of 6 missions with between flight recharging or 3 years, whichever comes first without replacement, battery output voltage of 270 +85/-40 VDC at EHDU interface for loads up to 125 Kw, energy of 30 KwH, and a Battery Assembly weight of 410 kg (1230 kg for a Battery System). 2. A Battery Assembly defined as commercially available 18650 Li-Ion Secondary cells with performance characteristics of operating time of 6 missions with between flight recharging or 3 years, whichever comes first without replacement, battery output voltage of 270 +85/-40 VDC at EHDU interface for loads up to 125 Kw, energy of 30 KwH, and a Battery Assembly weight of 410 kg (1230 kg for a Battery System). Procurement Strategy: USA is responsible for overall program management and integration of the AHPS upgrade. Hamilton Sundstrand, Rockford, IL, will be responsible for the AHPS Subsystem Integration. USA will solicit the participation of Subcontractors in order to select the provider for the Battery System. The responsibilities of the AHPS Battery System Subcontractor will include battery system design and integration, support for the AHPS certification, support during AHPS subsystem integration, and support during AHPS vehicle integration. The period of performance for the Subcontractor is the entire Implementation Phase (Phase IV) of the project, anticipated to be from July 2005 through the first flight of the first modified vehicle plus 30 days for post flight data reduction and anomaly resolution. First flight is scheduled for 2010. Pre-Solicitation Information: In support of this RFI, USA will make available all pertinent Battery System information, including requirements and specification documents. Firms interested in obtaining hard copies of any documents must submit a request, in writing to: United Space Alliance, LLC (USA), 600 Gemini Avenue, Houston, Texas 77058, Attention: John Hamilton, Mail Code USH-801M. Mr. Hamilton can be reached at 281-282-5719 or as an alternate please contact Alan Fuller at 281-282-5621. This preliminary information does not constitute an RFP, Invitation for Bid (IFB), or Request for Quotation (RFQ), and is not to be construed as a commitment by USA to enter into a contract. It is the responsibility of potential Offerors to monitor the NASA Acquisition Internet Service (NAIS) and/or Fedbizopps website for all formal announcements and amendments. USA Assessment of Potential Offerors: USA invites potential Offerors to submit information that will allow USA to conduct an assessment of all Offeror?s capabilities. It is the intent of USA to conduct meetings with potential Offerors and discuss their capabilities and qualifications. These meeting will allow for the free-flow exchange of information and will provide an opportunity for interested firms to provide feedback on the Statement of Work (SOW) and other documents as they are developed in support of the Battery System procurement. In order for your firm to be evaluated, Offerors are required to submit a Statement of Capabilities and Qualifications described further below. Offerors interested in this procurement shall submit a Statement of Capabilities and Qualifications document to the above named individual address no later than twenty (20) working days after release/publication of this RFI. Failure to respond by this date may remove your firm from further consideration. The Statement of Capabilities and Qualifications document shall be no more than ten (10) pages (8.5?x11?) in length. The required information shall include, but not be limited to: ? A brief description of your company, including its size, major products, and primary customer focus. ? A discussion of your company?s past experience and performance in developing spacecraft products similar in nature to the AHPS Battery System. This experience is to be further identified by a listing of related contracts and subcontracts, along with a description of the project scope, and your company?s performance under these contracts and subcontracts. Customer Contacts, including Contracting Officer?s names and telephone numbers, is also to be provided in order for USA to validate your statements. ? A brief description of your company?s facilities, assets and other resources necessary, and its availability for implementing the AHPS Battery System program. USA will evaluate the Statement of Capabilities by considering the following criteria. To be considered as a viable competitor, your company must meet all three (3) criteria. ? Depth and relevance of experience and past performance history, which convey a demonstrated technical, cost, schedule ability to successfully perform the subsystem development and fabrication of these types of products. ? An understanding of the technical requirements and risks associated with development and fabrication of these types of products. ? The adequacy and availability of necessary facilities and resources for implementing and performing the contractual work. Characteristics of the individual subcontractors or subcontractor of interest to USA are: ? ISO Certification ? Past performance on the Space Shuttle, space systems, or similar projects ? Systems engineering and integration capabilities ? An established and verifiable flight safety program ? An established manufacturing/assembly capability ? Testing, qualification, and certification capabilities for space rated hardware ? A documented performance history of space hardware and space related products/services ? Established and verifiable system configuration management and change control systems ? Identification of customer points of contact to verify performance ? Auditable financial systems that meet the intent of Government cost and schedule control or earned value reporting ? Ability to acquire Department of State TAA approval for foreign battery cell providers. Upon completion of USA?s assessments of the submitted Statement of Capabilities and Qualifications, USA will advise each offeror, in writing, as to the results of the assessment and of your company?s status as a viable competitor under this acquisition. USA reserves the right to request supplemental information in order to clarify your company?s capabilities and qualifications. Only offerors deemed by the buyer to be best qualified, or have a reasonable, chance of award, will receive the RFP. Bidders? Conference: For companies identified as viable competitors, a Bidders? Conference is scheduled for January 21, 2004 at the USA facility located at 555 Forge River, Houston, Texas 77058. The Bidders? Conference does not in any way constitute a Request for Proposal (RFP), Invitation for Bid (IFB) or Request for Quotation (RFQ) and is not to be construed as a commitment by USA to enter into a subcontract. The AHPS Battery System acquisition is subject to review by NASA and USA management and may be cancelled at any time. Acquisition Schedule: USA anticipates the formal RFP to be released on or about January 7, 2004 with proposals due within sixty (60) calendar days, and the subsequent selected vendor announced approximately twenty-one (21) days later. USA anticipates adopting the schedule delineated below for this procurement: ? RFP Release - January 7, 2004 ? Bidders? Conference - January 21, 2004 ? Intent to Bid Notification - January 28, 2004 ? Proposals Due - February 26, 2004 ? Source Selection - March 19, 2004 ? Announcement - March 25, 2004 Firms interested in participating in this project are subject to the requirements of the U.S. Department of State International Traffic and Arms Regulation (ITAR) and/or the U.S. Department of Commerce Export Administration Regulations (EAR). Submitted data will not be returned and proprietary data will not be accepted. Questions regarding this RFI can be addressed to the individual mentioned above. The Buyer Technical Representative (BTR) - Jeffrey Osterlund may also be contacted at (281) 282-5647 for additional technical questions.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#108078)
- Record
- SN00469338-W 20031115/031113213052 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |