SOURCES SOUGHT
H -- LARGE AREA PULSED SOLAR SIMULATOR- LAPSS - TESTING
- Notice Date
- 8/10/2012
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-0001
- ZIP Code
- 94035-0001
- Solicitation Number
- NNA12ZAOX01L
- Response Due
- 8/24/2012
- Archive Date
- 8/10/2013
- Point of Contact
- Jeffrey S. Brown, Contracting Officer, Phone 650-604-4696, Fax 650-604-0912, Email jeffrey.s.brown@nasa.gov
- E-Mail Address
-
Jeffrey S. Brown
(jeffrey.s.brown@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Aeronautics and Space Administration (NASA) Ames Research Center (ARC) is hereby soliciting information about potential sources for Large Area Pulsed Solar Simulator (LAPSS) testing. LAPSS testing will be used to illuminate and measure the electrical performance of photovoltaic cells on the solar panels of the Lunar Atmosphere Dust Environment Explorer (LADEE)Observatory. The LADEE Project intends to use LAPSS testing to verify performance of the solar panels after environmental testing. The LAPSS testing should be performed in a clean environment. Cleanliness requirements for LADEE dictate a 10k cleanroom environment and LAPSS testing shall require a 10k cleanroom environment. Please indicate the proposed cleanliness environment within the LAPSS test facility in the contractor response. Alternative testing environments will be considered. NASA-ARC will supply the EGSE cabling for interfacing with the Observatory. NASA-ARC will design and fabricate all necessary interface hardware from the Observatory to the contractor test facility. The Project anticipates that LADEE MGSE will be used for positioning the Observatory. Contractor responses should describe the contractor LAPSS facility along with performance and spectral irradiances available. If at all possible, testing could be conducted at ARC facilities using contractor provided LAPSS pulse generating equipment. This solution would be the best solution for the LADEE project. NASA-ARC is seeking capability statements from all interested parties, including 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 LAPSS Testing. 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. 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 offerors responsibility to monitor these sites for the release of any solicitation or synopsis. Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, brochures, and references. Responses must include information regarding the size and ownership of the business to determine if the requirement should be set-aside for small business in any of the categories listed above. Please advise if the requirement is considered to be commercial. A commercial item is defined in FAR 2.101. This preliminary information is being made available for planning purposes only, subject to FAR Provision 52.215-3, entitled Request for Information or Solicitation for Planning Purposes. It does not constitute a Request for Proposal, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. This possible procurement is subject to review or cancellation at any time. All responses shall be submitted to the point of contact below no later than August 24, 2012. Please reference NNA12ZAOX01L in any response. Any referenced notes may be viewed at the following URLs linked below. All information received in response to this RFI that is marked Proprietary will be handled and protected accordingly. As applicable, NASA will likely provide Proprietary information to its support service contractors who are under an obligation to keep third-party Proprietary information in confidence. By submitting a response to this RFI, the responder is deemed to have consented to release of Proprietary information to such NASA support service contractors. Responses to the RFI will not be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA12ZAOX01L/listing.html)
- Record
- SN02834402-W 20120812/120810235420-3986db9977c57b332a6b5413c1122ed4 (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 |