Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2007 FBO #2034
SOLICITATION NOTICE

61 -- BATTERY CELLS

Notice Date
6/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
335912 — Primary Battery Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC07176040Q
 
Response Due
7/3/2007
 
Archive Date
6/20/2008
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for Battery Cells for NASA Constellation Missions per the following Specification: NASA/GRC has a requirement for Lithium-based (Li-based) aerospace battery cells for evaluation for a common battery module concept for Constellation missions. The objective of this effort is to evaluate the general performance of new generation Li-based cells, to determine the ability of new generation Li-based cells to meet preliminary mission requirements, to identify promising new generation Li-based cell technologies that can enhance or enable missions, and to identify gaps that exist in the ability of current Li-based cell technologies to meet future mission requirements. Results from these evaluations will feed into the design of a common battery module. The common battery module will be applicable across multiple Constellation missions and platforms, which may include, but are not limited to the following: o Orion Crew Exploration Vehicle (CEV) o Ares Crew Launch Vehicle (CLV) o Extravehicular Activities (EVA) (spacesuit and astronaut tools) o Lunar Surface Ascent Module (LSAM) o Lunar Precursor and Robotic Program (LPRP) o Rovers o Landers New generation technologies that incorporate research enhancements that advance the capabilities of state-of-the-art Li-based cell performance to meet the requirements are highly sought. Proposed cell designs that maximize specific energy and energy density while addressing one or more of the following additional features are desirable: o High specific energy and energy density o Long calendar life (up to five years) o Wide operating temperature range and operation at high or low temperature extremes (-60 to +60 degrees Celsius) o Fast recharge times (high charge rates ? 4C rate) o High discharge rates (up to 8C) combined with low self discharge rates o Low-Earth-Orbit cycle life greater than 3500 cycles at 50% DOD o Less than 7% irreversible capacity loss after 3 years of storage at room temperature or below Cells of capacities ranging from 40 to 60 ampere-hour (Ah) capacity are sought. Multiple awards will be made. Vendors may propose more than one cell design. Vendors shall identify the specific requirements that the proposed cell addresses. Cells shall originate from the same manufacturing lot. Cell delivery is desired within nine months After Receipt of Order. Early delivery is a best value criterion. The proposed cell design shall be available for a period of at least three years after delivery of the cells so future builds of the same cell can be made if the government desires to make additional purchases. Future availability of the cell is a best value criterion. A varying number of cells will be procured. Vendors shall provide separate quotes for cells in the following quantities: 6 cells, 9 cells, 12 cells, 15 cells and 18 cells. A minimum of six cells of any one design will be purchased. Vendors shall specify the following: 1. Nameplate capacity of cell 2. Voltage operating ranges at an operating temperature of 20 to 23 degrees Celsius 3. Average voltage of cell at C/2 and 20 to 23 degrees Celsius 4. Mass of cell 5. Volume of cell 6. Ampere-hours delivered by cell at C/2, C, 2C, 5C, and 10C discharge rates to 100% depth-of-discharge at 20 to 23 degrees Celsius (shall be specified for all of the above rates the cell is capable of achieving) 7. Separate quotes for cells in the quantities given above 8. Delivery timeframe of cells (if it varies by the quantity of cells, specify all timeframes) Data Package At a minimum, documentation that accompanies cells upon delivery shall include: o Disclosure of cell makeup including separator type, electrolyte composition, electrode composition o Date of manufacture (fill date) o Individual cell dimensions and masses o Individual cell formation data for irreversible capacity loss o Individual cell capacity and energy data for the first three cycles at 20 degrees C o Recommended operating conditions and temperatures o Recommended charging procedures (voltage limits, temperatures, regimes) o Maximum charge current o Recommended storage conditions and temperatures o Cell case polarity o Restraining procedures (if cells must be restrained during operation) The provisions and clauses in the RFQ are those in effect through FAC 05-14. The NAICS Code and the small business size standard for this procurement are 335912 and 1,000 employees respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 is required within 9 months of date of order. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 2:00 PM, July 3, 2007 to NASA/Glenn Research Center, Attn: Carol J. Cobbs, Mail Stop 500-306, 21000 Brookpark Road, Cleveland, OH 44135 or via e-mail to carol.j.cobbs@nasa.gov and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), CAGE Code, DUNS number, identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.232-34. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Carol J. Cobbs not later than June 27, 2007. TELEPHONE QUESTIONS WILL NOT BE ACCEPTED. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the following Best Value Criteria: -Early Delivery -Cost -Future availability of the cell -Aerospace quality cells -Safety features -Abuse tolerance data for similar cell designs Aerospace Quality Cells Determination of aerospace quality cells will be based on the vendor responses to the following: The vendor shall provide information on the following cell features, as applicable: o Previous flight heritage or demonstration of technology in space-like conditions (TRL6-7) o Welding and/or sealing technique o Use of approved aerospace materials o Existence of established manufacturing control documents detailing operations, procedures, and inspection points o Existence of capacity, mass, volume, and performance matching procedures Safety Features Vendor shall identify safety features that are incorporated into the cell design. Vendor shall specify how the cell design responds to the following potential hazards: o Electrolyte leakage o Overcharge or overdischarge o Pressure build-up inside cell o Short circuits (internal and external) o Overcurrent o Overtemperature o Thermal runaway o Fire o Five foot drop onto a concrete floor when fully charged Abuse tolerance Vendor shall provide existing abuse test data for standard/existing cell of similar construction and capacity It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer or the following paragraph: The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (b) through (j) of this provision that the offeror has completed for the purposes of this solicitation only, if any. The representations and certifications will be incorporated by reference in any resultant contract. Representations and Certifications may be obtained via the internet at URLs: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc or http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/ or http://www.grc.nasa.gov/WWW/Procure/rforms.html or The (BPN ORCA) Business Partner Network (BPN) Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. An ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). 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#125370)
 
Record
SN01324148-W 20070622/070620222303 (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.