Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2005 FBO #1203
SOURCES SOUGHT

99 -- MINIAERCAM TANK

Notice Date
3/11/2005
 
Notice Type
Sources Sought
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ05MACT
 
Response Due
3/17/2005
 
Archive Date
3/11/2006
 
Description
NASA/JSC is hereby soliciting information about potential sources for the Design, Development, Fabrication, Qualification and Delivery of 2 metal or metal lined composite overwrapped pressure vessels. Since packaging volume and weight must be minimized, it is expected that titanium or other high strength alloys will be utilized for all metal tanks. These pressure vessels shall meet the safety and design requirements of MIL-STD-1522A and be shown to be a leak before burst design. The tank shall have an MDP of 6000 psig @ 160?F, with a proof rating of 9,000 psig and minimum burst of 12,000 psig. The pressurized envelope shall be approximately 2.55" diameter by 2.925" long and have a pressurized internal volume of 8.81 cubic inches minimum per figure 1. Offerors are encouraged to use existing tooling or qualified designs if they are close to this envelope, to save time, or to reduce cost. The cycle life shall be 100 cycles to MDP (demonstrated in test by cycling 400 times, minimum, from 0 to MDP), and the operational life shall be 10 years minimum. The operating environment shall be 0 to 160? F. Port shall be MS33649-03, with lockwire holes, and spanner wrench holes for assembly to the system. If overwrapped, the tank shall have a non-conductive fiber layer between the liner and the overwrap. Two tanks shall be provided within four months of contract approval, approximately September 1st, 2005. Fluid media will be nitrogen, air, helium, and Xenon. Tanks shall be delivered cleaned to level 100A per MIL-STD-1246. In addition to other required analyses, composite pressure vessels shall be assessed for adequate stress rupture life. The contractor shall participate in a Qualification Test Results Review (QTRR) via telecon and present the final qualification report. The Contractor shall perform Acceptance Testing on each Pressure Vessel in accordance with the approved Test Plan. The contractor shall establish and maintain a Quality Management System (QMS) on the contract date that complies with ANSI/ASQC Q9001-1994, American National Standard, Quality Systems Model for Quality Assurance in Design/Development, Production, Installation, and Servicing. No solicitation 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. 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 they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). Technical questions should be directed to: Joseph Studak (281) 483-9029 or joseph.w.studak@nasa.gov. Procurement related questions should be directed to: Wendy Stone (281) 244-6459 or wendy.e.stone@nasa.gov. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to Joseph Studak no later than March 17, 2005. Please reference NNJ05MACT in any response. Any referenced notes may be viewed at the following URLs linked below.
 
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#114551)
 
Record
SN00767198-W 20050313/050311212405 (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 |
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.