Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2007 FBO #1999
SOURCES SOUGHT

99 -- LO2 VAPORIZER SYSTEMS - LAUNCH PADS A AND B

Notice Date
5/16/2007
 
Notice Type
Sources Sought
 
Contracting Office
United Space Alliance (USA), 600 Gemini Avenue, Houston, TX 77058
 
ZIP Code
77058-3696
 
Solicitation Number
RFI-USAFL-TAK-2007-02
 
Response Due
6/22/2007
 
Archive Date
5/16/2008
 
Point of Contact
Frank V. Carlos, New Business & International Programs, Phone 281-282-5759, Fax 281-282-5765, Email francis.v.carlos@usa-spaceops.com
 
E-Mail Address
Frank V. Carlos
(francis.v.carlos@usa-spaceops.com)
 
Small Business Set-Aside
N/A
 
Description
Purpose of Request for Information (RFI): United Space Alliance (USA), LLC, through its offices located in Cape Canaveral, Florida is seeking sources capable of providing the requirement described herein. This acquisition is in support of USA’s prime contract NNJ06VA01C – Space Program Operations Contract (SPOC) with the National Aeronautics and Space Administration (NASA). Technical Requirements Description: USA is seeking potential sources to design, fabricate, assemble and test two Liquid Oxygen Vaporizer Systems for the Launch Complex 39 A and B. The new LOX vaporizer system replaces existing water to LOX vaporizers, which are approximately forty years old. The new vaporizer system shall be installed at ground level and shall use air to provide the latent heat for vaporization. Each LOX vaporizer system will receive LOX from 900,000-gallon storage spheres, vaporize the LOX, and return Gaseous Oxygen (GO2) to the ullage space of the LOX storage sphere at increased pressure. The pressure is required to provide adequate Net Positive Suction Head (NPSH) to LOX pumps supplied from the LOX storage sphere. The replacement vaporizers will be located approximately 3,000 feet from the Atlantic Ocean and will be subjected to continuous salt spray. Additionally the vaporizers will be subjected to deposition of the combustion products of solid rocket motors that are also high in chlorides. Adherence and compliance to multiple Kennedy Space Center (KSC), NASA, military, and industry standards will be required. Each system shall consist of no less than two or no more than six vaporizer modules, one of which shall be operationally held on standby to provide redundancy for the remaining modules. The redundant module shall not be considered in the capacity calculations. Vendor shall be responsible for sizing of the modules and the selection of the exact number needed. The vaporizer supporting aluminum structure shall be designed to meet the requirements of the Aluminum Design Manual of the Aluminum Association; and to sustain 130MPH hurricane wind speed, important factor l = 1.15, exposure C category as defined in SEI/ASCE 7-05. Vendor shall prepare a quality assurance plan for approval of USA Quality Assurance including procedures to ensure compliance with contract drawings and specifications. Vendor shall perform the following tests on the module and provide acceptance test reports to USA’s Quality Assurance department: Cold Shock, Pneumostatic Test, Leak Test, and will provide the modules cleaned to the appropriate KSC specification. The following deliverables will be required at the completion of the fabrication: Vaporizer system in accordance with the specification, one (1) copy of design calculations for the vaporizer support structure signed and sealed by a State of Florida licensed engineer, one (1) copy of welding inspection records including the welder’s certifications, one (1) copy of design calculations and one (1) set of as built drawings per the specification, lifting plan as per the specification, vendor data as per the specification, one (1) copy of material certifications as per the specification, and acceptance test procedure and reports as per the specification. A formal Request for Proposal (RFP) may be forthcoming based on the responses to this inquiry. Procurement Strategy: USA is responsible for the overall program management and integration of these technical requirements. USA will solicit the participation of qualified sources and sources desiring to participate on a limited basis will also be considered. USA reserves the right to issue a sole source subcontract(s). The period of performance and technical requirements will be included into a formal RFP package. USA anticipates the issuance of a formal RFP within 30-60 days of release of this RFI. This RFI is for information and planning purposes, and the objective is to invite potential sources to submit information that allows USA to conduct a technical assessment of capabilities and qualifications. This preliminary information does not constitute an RFP, Invitation to Bid, or Request for Quotation, and it is not to be construed as a commitment by USA to enter into a subcontract. This procurement is subject to review or cancellation at any time. Statement of Capabilities and Qualifications: USA invites potential sources to submit a Statement of Capabilities and Qualifications document that will allow USA to conduct an assessment of capabilities and qualifications. The Statement of Capabilities and Qualifications document shall be no more than ten (10) pages (8.5” x 11”) in length. The required information shall include, but not be limited to: (1) A brief description of your company, including its size, major products, and primary customer focus, (2) A discussion of your company’s past experience and performance in developing the requirements described herein, and (3) A brief description of your company’s facilities assets and any other available resources. Past experience will be identified by a listing of all related contracts and subcontracts, along with a description of your company’s performance under these contracts and subcontracts. If any of these contracts and subcontracts is Government related, provide the Contracting Officer’s name and telephone number in order for USA to validate your statements. To be considered as a viable source, USA will evaluate the Statement of Capabilities and Qualifications by considering the following criteria and your company must meet all the relevant criteria: (1) Depth and relevance of experience and past performance history, which convey a demonstrated technical, cost, schedule ability; (2) An understanding of the technical requirements and risks associated with development and fabrication; and (3) The adequacy and availability of necessary facilities and resources for implementing and performing the contractual work. Any company that has experience in LOX Vaporizer system fabrication is encouraged to express their interest in this unique opportunity. The company should be able to show or demonstrate their expertise in vaporizer design (if required), vaporizer fabrication and testing. The successful candidate company’s expertise will assist not only USA, but NASA as well, in their support of the space programs continued performance of launching vehicles. USA reserves the right to request supplemental information in order to clarify your company’s capabilities and qualifications. Only offerors deemed to be best qualified, or have a reasonable chance for award, will receive an RFP. Firms interested in this procurement shall submit their Statement of Capabilities and Qualifications document no later than June 22, 2007 to the following address: United Space Alliance, LLC (USA), 8550 Astronaut Boulevard, Cape Canaveral, Florida 32920, Attention: Tammy A. Knepp, Mail Code USK-360. Questions regarding this procurement shall be referred to Mrs. Knepp as follows – (Telephone: (321) 861-6062, Facsimile: (321) 867-7068, E-mail: tammy.a.knepp@usa-spaceops.com). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAY-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Click here for the latest information about this notice
(http://www.fbo.gov/spg/NASA/JSC/OPDC20220/RFI-USAFL-TAK-2007-02/listing.html)
 
Record
SN01296058-F 20070518/070516222122 (fbodaily.com)
 
Source
FedBizOpps 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.