Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2024 SAM #8100
SPECIAL NOTICE

R -- Sabatier

Notice Date
1/29/2024 9:48:56 AM
 
Notice Type
Special Notice
 
NAICS
54171 — Research and Development in the Physical, Engineering, and Life SciencesT
 
Contracting Office
NASA JOHNSON SPACE CENTER HOUSTON TX 77058 USA
 
ZIP Code
77058
 
Solicitation Number
80JSC024Sabatier
 
Response Due
2/12/2024 2:30:00 PM
 
Archive Date
02/27/2024
 
Point of Contact
Darrell Compton, Ma'Jaylyn Neal
 
E-Mail Address
darrell.r.compton@nasa.gov, ma'jaylyn.l.neal@nasa.gov
(darrell.r.compton@nasa.gov, ma'jaylyn.l.neal@nasa.gov)
 
Description
NASA/Johnson Space Center (JSC) has a requirement to extend contract NNJ14GA09B the sustainment of the Sabatier-based reaction system on board the International Space Station (ISS). The Sabatier contract is FAR Part 12 commercial service, firm-fixed-price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The Sabatier system uses a catalyst that reacts with carbon dioxide and hydrogen, both byproducts of current life-support systems onboard the ISS, to produce water and methane. This interaction closes the loop in the oxygen and water regeneration cycle and provides NASA with a means to produce water without the need to transport it from Earth. Accordingly, NASA has determined that it would be advantageous to continue operating the Sabatier system on-board the ISS as continued operations will reduce the need for transporting water via available space cargo launch services. Pursuant to FAR 6.302, NASA/JSC intends to issue a sole source contract extension to acquire these services from Collins Aerospace. Collins Aerospace is currently performing this work for the system listed above and is the only proven responsible source that can satisfy Agency requirements.� Collins Aerospace and its predecessors designed and manufactured by Sabatier system. As such, Collins Aerospace is the only company that has access to the proprietary drawings and the knowledge necessary to maintain the critical hardware and provide the required services. There is an extensive amount of hardware and software interfaces that are complicated, unique, and one-of-a-kind.� Collins Aerospace has developed the hardware/software and has unique analysis and data to enable integration of hardware interfaces, anomaly resolution, hardware upgrades, and future technology demonstrations.� They have highly specialized expertise and corporate knowledge required to maintain and upgrade this complex system, further demonstrating and advancing the technologies required to support exploration. Therefore, Collins Aerospace is considered uniquely qualified to provide the support necessary to maintain the Sabatier system. NASA is contemplating a sole source extension to continue to acquire these services. Base years will be October 1, 2024, to September 30, 2026 with a 1 year option to extend out to September 30, 2027. The Government intends to acquire a commercial item using FAR Part 12. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to Darrell Compton at darrell.r.compton@nasa.gov not later than 4:30 p.m. CDT on February 12, 2024. Please reference �Sabatier� in the subject line for any response. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis.� A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. For purposes of determining small business goals for this procurement, entities from the various small business categories that may be interested in subcontracting opportunities may submit their information via email to the identified Point of Contact no later than 4:30 p.m. CDT on February 12, 2024. Responses must include the following: name and address of firm, size of business; average annual revenue for past three (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). Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fca73093a88140249c1da929beebdbdb/view)
 
Place of Performance
Address: Houston, TX 77058, USA
Zip Code: 77058
Country: USA
 
Record
SN06947795-F 20240131/240129230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.