|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 13,1998 PSA#2010NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail
Code: BE 59 -- PRIMARY LITHIUM BATTERIES FOR X-38 SOL 9-BE13-48-8-13P DUE
021598 POC Caroline M. Root, Contracting Officer, Phone (281) 483-4140,
Fax (281) 244-5337, Email croot@ems.jsc.nasa.gov -- Lisa Rea-Phillips,
Contracting Officer, Phone (281) 483-8395, Fax (281) 244-5337, Email
lreaphil@ems.jsc.nasa.gov WEB: Click here for the latest information
about this notice,
http://procurement.nasa.gov/EPS/JSC/date.html#9-BE13-48-8-13P. E-MAIL:
Caroline M. Root, croot@ems.jsc.nasa.gov. NASA/JSC plans to issue a
Request for Offer (RFO) for provisioning the Experimental Crew Return
Vehicle (X-38) with primary lithium batteries. The X-38 program is an
activity to demonstrate key technologies associated with the
development of the Crew Return Vehicle for the International Space
Station. The X-38 will consist of a lifting body spacecraft and a
Deorbit Propulsion Stage (DPS). The DPS provides on-orbit attitude
control and 28V power for the CRV for up to 7 hours. After performing
the deorbit burn, the DPS will be jettisoned to allow the CRV to
re-enter. The battery program will consist of a basic program followed
by two options. The basic program will design, assemble, and qualify
a modular lithium battery using one of four approved commercial cell
designs as the building block cell. The four cell designs are as
follows in alphabetical order: a) Li-BCX DD-cell (P/N 3B3100-PB from
Wilson Greatbatch, Ltd.) b) Li-MnO2 M25 or M62 cell (from
Friwo-Silberkraft) c) Li-SO2 G62 cell (from Friwo-Silberkraft) d)
Li-SOCl2 DD-cell (P/N LIRDD-HT from Yardney Technical Products) In the
basic program, the contractor shall deliver enough flight battery
modules to satisfy a 29.4 kWh mission requirement prior to 10 months
after contract start date. The first option consists of delivering
another flight set of battery modules within 9 months of option start
date for a second unmanned X-38 flight test. The second option consist
of modifying the design, requalifying it, and providing up to 5 flight
sets of batteries for the operational CRV. This option must be
completed within 4 years of its start date. The Government intends to
acquire a commercial item using FAR Part 12. The SIC Code and Size
Standard are 3692 and 1,000 employees, respectively. The DPAS Rating
for this procurement is DO-C9. The provisions and clauses in the RFO
and model contract are those in effect through FAC 97-3. All qualified
responsible sources may submit an offer which shall be considered by
the agency. The anticipated release date of the RFO is on or about
February 1, 1998 with an anticipated offer due date of on or about
February 15, 1998. An ombudsman has been appointed -- See Internet Note
"B". The solicitation and any documents related to this procurement
will be available over the Internet. These documents will be in
Microsoft Office Suite (Word 6.0, Excel 5.0, PowerPoint 4.0) format and
will reside on a World Wide Web (WWW) server, which may be accessed
using a WWW browser application. The WWW address, or URL of the
NASA/JSC Business Opportunities home page is
http://procurement.nasa.gov/EPS/JSC/class.html. Prospective offerors
shall notify this office of their intent to submit an offer. It is the
offeror's responsibility to monitor the NASA/JSC Business
Opportunities home page 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).
Any referenced notes can be viewed at the following URL:
http://genesis.gsfc.nasa.gov/nnotes.htm. (0008) Loren Data Corp. http://www.ld.com (SYN# 0273 19980113\59-0001.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|