|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 29,1998 PSA#2211NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail
Code: BE J -- LIQUID AND GAS SEPERATOR FOR THE URINE MONITORING SYSTEM (UMS)
SOL 9-BE13-31-8-50P DUE 111098 POC Stephanie D. Hunter, Contract
Specialist, Phone (281) 483-8523, Fax (281) 244-5331, Email
stephanie.d.hunter1@jsc.nasa.gov -- Caroline M. Root, Contracting
Officer, Phone (281) 483-4140, Fax (281) 244-5337, Email
caroline.m.root1@jsc.nasa.gov WEB: Click here for the latest
information about this notice,
http://nais.nasa.gov/EPS/JSC/date.html#9-BE13-31-8-50P. E-MAIL:
Stephanie D. Hunter, stephanie.d.hunter1@jsc.nasa.gov. NASA/JSC plans
to issue a Request for Proposal(RFP)for a functional Liquid and Gas
Separator for the Urine Monitoring System (UMS). The UMS interfaces
with the Waste Collection Subsystem (WCS) to collect and store urine
samples on orbit for life science research. The UMS is essential for
NASA's microgravity life sciences research. Urine samples are needed
for a wide range of human flight studies. Specifically, it is to allow
a two phase urine and air mixture to be drawn in, separate the urine
and air, measure the urine quantity, and store urine samples. The UMS
depends primarily on the successful operation of its single most
crucial component, the liquid and gas seperator. During past flights,
the UMS has experienced several anomalies with its liquid and gas
separator, ranging from liquid carry over to residual liquid retention
from successive users. This threatens scientific data validity in two
areas: (1) False user micturation quantity (as compared to the actual
void) and (2) Sample cross-contamination between successive users.
This procurement requires a design that will allow for the proper
separation for the UMS. An effective design will eliminate the problems
experienced in the past and allow the UMS to operate successfully. The
proposed acquisition contemplates a modification to contract NAS
9-97143 to cover a period of performance through Fiscal Year 99 or the
completion of a Preliminary Design Review (PDR), whichever is reached
first. The design of the UMS liquid and gas separator will be
subjected to a subsequent Detailed Test Objective (DTO)evaluation. The
new liquid and gas separator must be designed to: (1) Sucessfully
separate the liquid from the gas while retaining all the liquid(i.e.,
zero liquid carry over into a gas outlet), (2) Measure accurate
micturation quantity (in addition be compatible with current UMS liquid
volume measurement provisions), and (3) Eliminate sample
cross-contamination between successive users. This design will help
subsequent incorporation and application of a functional zero-g liquid
and gas separator within the current UMS system architecture and allow
the International Space Station (ISS) to have a valuable scientific
tool on board,in addition to more accurate and valid science data. The
performance of this effort will also require other types of services
to be performed, in addition to the design of the UMS. Other types of
services that will be included in performance of this project are
project analysis (e.g., system analysis, structural and vibration
analysis, safety analysis, etc.). Two reviews will also be required:
(1) Preliminary Requirements Review (PRR) and (2) Preliminary Design
Review (PDR). NASA/JSC intends to purchase the liquid and gas separator
UMS items from Hamilton Standard. Hamilton Standard has a unique
patented zero-g liquid and gas separator which can function as a zero-g
liquid and gas separator within the existing UMS system architecture.
In addition, this patented separator can be adapted to interface with
an electronic controller and pressure sensor which will provide volume
measurement capability and satisfy one of the primary UMS
requirements. Hamilton Standard has up to date technical expertise with
regards to successful zero-g liquid and gas separatio. There are no
other known sources that possess the level of expertise required to
design this type of liquid and gas separator in a expeditious manner to
meet the International Space Stations (ISS) delivery date. Hamilton
Standard has twenty years of experience in this field. An Ombudsman has
been appointed. See Internet Note "B". See Note 22 and Note 26.
Interested firms have 15 days from the publication of this synopsis to
submit in writing to the identified point of contact, their
qualifications/capabilities. Such qualifications/capabilities will be
used solely for the purpose of determining whether or not to conduct
this procurement on a competitive basis. Responses received after the
15 days or without the required information will be considered
nonresponsive to the synopsis and will notbe considered. A
determination by the Government to not compete this proposed effort on
a full and open competitive basis, based upon responses to this notice
is solely within the discretion of the Government. Firm date for
receipt of offers will be stated in the RFP. All qualified responsible
sources may submit an offer which shall be considered by the agency.
Any referenced notes can be viewed at the following URL:
http://genesis.gsfc.nasa.gov/nasanote.html. Posted 10/27/98
(D-SN265696). (0300) Loren Data Corp. http://www.ld.com (SYN# 0034 19981029\J-0008.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|