Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2004 FBO #0839
SOURCES SOUGHT

A -- SOURCES SOUGHT FOR REGENERATIVE FUEL CELL

Notice Date
3/12/2004
 
Notice Type
Sources Sought
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC04Z06003L
 
Response Due
4/23/2004
 
Archive Date
3/12/2005
 
Point of Contact
Jean M. Rogers, Contracting Officer, Phone (216) 433-2349, Fax (216) 433-5489, Email Jean.M.Rogers@grc.nasa.gov
 
E-Mail Address
Email your questions to Jean M. Rogers
(Jean.M.Rogers@grc.nasa.gov)
 
Description
NASA/GRC is hereby soliciting information about potential sources to help formulate a plan to develop a closed cycle hydrogen-oxygen regenerative PEM Fuel Cell (RFC) system for use as an energy storage device for a future high altitude (60,000 ft or above), long endurance (HALE) remotely operated solar-electric aircraft (ROA). Intended applications include Earth Science, Homeland Security, and commercial. An RFC system is an electrochemical system that collects and stores solar energy during the day then releases that energy at night, thus making the Sun?s energy available 24/7. The RFC energy storage system consists of reactant storage/supply, power production (electrochemical conversion), water management, thermal management, automatic controls and health monitoring plus any ancillary equipment necessary for a fully functional energy storage system suitable for integration with a solar electric aircraft. The solar array and aircraft power loads (e.g. motor, payload) are outside the scope of this sources sought synopsis. While final requirements for the solar electric aircraft demonstrator are not currently available, projected characteristics and goals for the RFC system include: one or more modules with each providing 600 W-hr/kg specific energy, 5 kWe fuel cell power for up to 12 hrs, 0 - 15 kWe electrolyzer power consumption, reaction storage capacity sufficient to satisfy the stated fuel cell power production requirement, at least 50% round-trip efficiency, and at least one month service life. The goals are reasonable estimations adequate for planning purposes. To satisfy NASA?s tentative plans to proceed to a flight test, the technology must be developed to a technology readiness level of 6 (prototype tested in a relevant environment) by the end of 2009, including 6 months of NASA tests in a relevant environment; TRL definition is further clarified at: http://www.hq.nasa.gov/office/codeq/trl/trl.pdf. (note: please substitute ?Flight? for ?Space? since the referenced document was specifically developed for Space programs.) For planning purposes, the offeror shall assume a contract start date of April, 2005. NASA envisions three elements to the program: critical component technology development, integrated system development, and ground based demonstration. The offeror may propose a comprehensive plan or focused effort(s) that address specific component technology gaps. For the latter case, the offeror is expected to define current state-of-the-art, technology gap(s), relationship between the proposed component technology advancement and overall RFC system goal(s), and describe the method to incorporate its component technology into an integrated system development effort. NASA anticipates the effort to develop the integrated power system to a TRL of 6 will be conducted in two phases; each phase incorporating the elements described above. Phase I will produce a ?breadboard? test article tested for functionality and operability; and Phase II will produce a prototype suitable for testing in a relevant environment. The integrated system development shall be accomplished through competitive solicitation(s). Regarding the two phase approach, the goal for Phase I of the program is to advance the Technology Readiness Level (TRL) of a ?generic? RFC energy storage system to TRL-4 (breadboard tested in laboratory environment) and complete a conceptual design of a flight RFC system to show traceability. For Phase I, the ?breadboard? test article shall demonstrate functionality and operability of a closed-cycle hydrogen-oxygen RFC with traceability to the projected solar electric aircraft goals stated above. For planning purposes, the RFC breadboard shall be capable of demonstrating multiple 10?s of cycles (power production, energy storage) with no discernable degradation and no intervention required. The RFC system shall provide 5 kW of power for a continuous period up to 12 hrs during power generation mode and it shall require up to 15 kW of power during energy storage mode. NASA estimates a 2 year period of performance for Phase I, but will consider an alternative schedule by the offeror if justified. NASA anticipates at least two procurement awards using the Best Value Selection (BVS) source selection method for Phase I. The goal of Phase II is to further advance the technology to TRL-6 (prototype tested in relevant environment) and focus the development on the specifications and requirements for the flight RFC system; for planning purposes, the offeror shall assume detailed aircraft power requirements and interface specifications are provided prior to the initiation of Phase II. Phase II will likely be implemented as a single procurement award using the Best Value Selection (BVS) source selection method to accomplish Phase II. Each phase of the program will culminate in the fabrication and test of appropriate system hardware. For both Phase I and Phase II, testing of the system shall include vendor testing followed by independent NASA testing. Approximately four months of NASA testing is planned for Phase I, with 6 months planned for Phase II. Though NASA envisions two phases to complete system development to TRL of 6, NASA will consider a single phase approach if justified by the offeror; justification criteria should include, but not necessarily be limited to, overall program cost, schedule, and program risk. NASA seeks comments regarding the different approaches to help decide the best strategy with respect to meeting the 2009 goal, total cost, and program risk. NASA seeks information for each element and phase including technology gap(s), task descriptions, schedules, and ROM budgets at the task level per year. NASA is also interested in obtaining comments addressing schedule acceleration impact on budget and program risk. Appropriate offerors are anticipated to be fuel cell stack/electrolyzer vendors as well as experienced aerospace hardware integrators teamed with fuel cell stack and electrolyzer vendor(s). Although the Source Sought Synopsis is open to all companies, the Request for Proposal (RFP), if it is released, would stipulate that only U.S. companies could propose as prime contractors because the technology will likely be Export Controlled. A number of value characteristics will be included in the RFP solicitation. These include, but are not limited to, items such as safety, cost, reliability, ease of maintainability, innovativeness of ideas, ability to accommodate stacks from multiple vendors, and past power plant and/or aerospace system integration experience. The purpose of this Sources Sought Synopsis is to solicit input from industry for information and planning purposes only 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 evaluation results from the responses to the synopsis. The RFP solicitation to follow does not exist at this time, but if and when the solicitation is released, it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these sites for release of any solicitation or synopsis. The anticipated release date is September 1, 2004. Sources Sought Synopsis responses of twenty pages or less (no smaller than font size 10) are due to NASA by April 23, 2004 and should include the following: 1. Brief description of technology state-of-the-art. 2. Comments on alternative programmatic approaches identified hereinabove with rationale for selecting the proposed approach. 3. Comments on reasonableness and feasibility on the schedule constraints and TRL goals. 4. Appropriate schedule, task description, and budget allocation. 5. The fidelity of hardware and integration that can be accomplished in each phase based on the schedule constraints and TRL goals. 6. Capability statement including demonstration of ability and qualifications (market/application of existing PEMFC stacks and/or ancillary components). All responses shall be submitted via e-mail or mail to the attention of Jean M. Rogers, Contracting Officer, NASA Glenn Research Center, 21000 Brookpark Rd, MS 500-305, Cleveland, OH 44135, no later than April 23, 2004. Please reference NNC04Z06003L in any response. Technical questions should be directed to Robert D. Corrigan, (216) 977-7090, e-mail: Robert.D.Corrigan@nasa.gov. Procurement related questions should be sent by e-mail to Jean.M.Rogers@nasa.gov. Point of Contact Name: Jean M. Rogers Title: Contracting Officer Phone: (216) 433-2349 Fax: (216) 433-5489 Email: Jean.M.Rogers@nasa.gov Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#109357)
 
Record
SN00544244-W 20040314/040312220511 (fbodaily.com)
 
Source
FedBizOpps.gov 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.