Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 29,1998 PSA#2211

NASA/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