Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2016 FBO #5355
SOURCES SOUGHT

A -- Support for propellant storage, transfer, handling, and usage experiments

Notice Date
7/20/2016
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/John F. Kennedy Space Center, John F. Kennedy Space Center, Florida, 32899
 
ZIP Code
32899
 
Solicitation Number
NNK16ZLS003
 
Archive Date
8/20/2016
 
Point of Contact
Kristina Irastorza, Phone: 3218676852
 
E-Mail Address
kristina.irastorza@nasa.gov
(kristina.irastorza@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) Kennedy Space Center (KSC) 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 support for propellant storage, transfer, handling, and usage experiments. 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. The NASA/Kennedy Space Center requirements include the following: Provide support for a series of propellant storage, transfer, handling and usage experiments using a variety of different test articles and cryogenic fluids. These test articles include but are not limited to the Cryogenic Orbital Test-bed 1 (CRYOTE 1) tank, the Cryogenic Orbital Test-bed 3 (CRYOTE 3) tank, the Vibro-Acoustic Test Article (VATA) tank, and the Structural Heat Intercept-Insulation-Vibration Evaluation Rig (SHIIVER) tank (part of eCRYO project). Though each test article was designed to study different propellant storage, transfer, handling and usage phenomenon, they have the potential to complement each other therefore increasing the scientific value of the experiments. For each of the task orders, the contractor shall provide support for the following liquid storage, transfer, handling and usage. In support of this work, the contractor will address a wide range of activities such as concept layout, design, analysis, fabrication, assembly, integration and experimental evaluations of hardware components and systems. The primary focus of this support will be to assist in test hardware development, special test/work/space equipment setup, configuration and operations for experimental activities under investigation. These investigations will include usage of the following test articles: Task 1 - Liquid Nitrogen Testing Task 2 - Liquid Oxygen Testing Task 3 - Liquid Hydrogen Testing Task 4 - Liquid Methane Testing Task 5 - RP-1 Testing Task 6 - Hydrazine Testing Task 7 - Alternate cryogenic liquid (inert) Testing Task 8 - Alternate cryogenic liquid (non-inert) Testing Task 9 - Alternate non-cryogenic liquid (hazardous) Testing Task 10 - Alternate non-cryogenic liquid (non-hazardous) Testing The North American Industry Classification System (NAICS) code for this procurement is 541712, Research and Development in the Physical, Engineering, And Life Sciences (Except Biotechnology) with a size standard of 1,000 employees. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps. It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. Interested offerors are requested to submit information in the form of a brief Capabilities and Qualifications Statement that includes: (1) Addressing all of the areas identified above and (2) a summary of relevant past experience. Capabilities Statements shall not exceed 3 pages. 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), Woman-owned, Veteran Owned, Service Disabled Veteran Owned, Historically Underutilized Business Zone and Historically Black Colleges and Universities)/Minority Institutions; 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). The requirement is considered a commercial item as 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. All responses shall be submitted via email to Kristina Irastorza at Kristina.Irastorza@nasa.gov no later than 4:30 p.m. Eastern Time on August 5, 2016. Please reference NNK16ZLA003 in any response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK16ZLS003/listing.html)
 
Record
SN04190272-W 20160722/160720235317-f3624c80d2412a8155455ee5a7ab34bb (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.