SOLICITATION NOTICE
47 -- CRYOGENIC VACUUM JACKETED HOSES
- Notice Date
- 1/28/2015
- Notice Type
- Presolicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNk15520682R
- Response Due
- 3/11/2015
- Archive Date
- 1/28/2016
- Point of Contact
- Jan C. Pirkle, Contract Specialist, Phone 321-867-3429, Fax 321-867-2042, Email Janice.C.Pirkle@NASA.gov
- E-Mail Address
-
Jan C. Pirkle
(Janice.C.Pirkle@NASA.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- NASA/KSC plans to issue a Request for Proposal (RFP)] for Cryogenic Vacuum Jacketed Hoses.The scope of work includes: A new Mobile Launcher (ML) is being fabricated to support the Space Launch System (SLS) program launches from Launch Complex 39B located at Kennedy Space Center (KSC), Florida. Processing of the SLS vehicle requires the use of vacuum jacketed (VJ) flex hoses to transport liquid hydrogen (LH2) and liquid oxygen (LO2) to the vehicles core stage through the Tail Service Mast Umbilical arm (TSMU). A contractor is needed to fabricate, test, and deliver the VJ hoses located on the TSMU. The complete list of requirements for the fabrication, testing, cleaning, and delivery of these VJ flex hoses will be described in the statement of work (SOW) and specification drawing package. The scope of this procurement is a total of 11 flex hose assemblies: Four 8 x 10 hoses, two 6 x 8 hoses, two 3 x 5 hoses, and three 2 x 4 hoses. All inner lines shall be fabricated using 316/316L stainless steel, while any outer bellows, braid, or convolutes shall be of Hastelloy construction. The flex hoses shall meet ASME B31.3 code section 302.2.3 for unlisted components. The duration of this contract, from contract award to delivery and acceptance at KSC must be 9 months or less. The Government does not intend to acquire a commercial item using FAR Part 12. This procurement is a total small business set-aside. The NAICS Code and Size Standard are 332999 and 750 employees, respectively. All responsible sources may submit an offer which shall be considered by the agency. The anticipated release date of the RFP is on or about February 11, 2015 with an anticipated offer due date of on or about March 11, 2015. [OMBUDSMAN STATEMENT IS REQUIRED] NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA Business Opportunities home page is http://procurement.na sa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). All contractual technical questions must be submitted in writing (e-mail or fax). Telephone questions will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNk15520682R/listing.html)
- Record
- SN03627435-W 20150130/150128235804-90d8d78e8ea9963ce0a76f3f514e3564 (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 |