SOURCES SOUGHT
A -- 1.5 INCH CRYOGENIC ISOLATION VALVE
- Notice Date
- 7/20/2010
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
- ZIP Code
- 00000
- Solicitation Number
- NNJ10BH05L
- Response Due
- 8/3/2010
- Archive Date
- 7/20/2011
- Point of Contact
- Perry L. Mueller, Contract Specialist, Phone 281-483-7158, Fax 281-244-0995, Email perry.l.mueller@nasa.gov - Ann E. Bronson, Contracting Officer, Phone 281-483-9889, Fax 281-244-5331, Email ann.e.bronson@nasa.gov
- E-Mail Address
-
Perry L. Mueller
(perry.l.mueller@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/JSC is hereby soliciting information about potential sources for thedevelopment of a 1.5 inch cryogenic isolation valve intended for integration with theIntegrated Propulsion System Test Bed (IPSTB) at White Sands Test Facility (WSTF)designed for use in Liquid Oxygen (LOX) / Liquid Methane (LCH4). See the attachedrequirements at: http://procurement.jsc.nasa.gov/NNJ10BH05L/IPSTB_1-5_Cryo-Valve-SOW.pdf NASA/JSC is looking for the cost and schedule to develop these valves for planningpurposes only.If any of the requirements are too constraining, NASA/JSC is stillinterested in information on cost and schedule on what is currently available without theparameters that are too constraining. No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sites forthe release of any solicitation or synopsis. Interested offerors/vendors having the required specialized capabilities to meet theabove requirement should submit a capability statement of 15 pages or less indicating theability to perform all aspects of the effort described herein. Responses must include the following: name and address of firm, size of business; averageannual revenue for past 3 years and number of employees; ownership; whether they arelarge, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of years inbusiness; affiliate information: parent company, joint venture partners, potentialteaming partners, prime contractor (if potential sub) or subcontractors (if potentialprime); list of customers covering the past five years (highlight relevant workperformed, contract numbers, contract type, dollar value of each procurement; and pointof contact - address and phone number). Technical and procurement related questionsshould be directed to: perry.l.mueller@nasa.gov. Please advise if the requirement is considered to be a commercial or commercial-typeproduct. A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited.Respondents will not be notified of the results of the evaluation. Respondents deemedfully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based onresponses hereto. All responses shall be submitted in writing to perry.l.mueller@nasa.govno later than 3:00 p.m. local time on August 3, 2010. Please reference NNJ10BH05L in anyresponse. Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ10BH05L/listing.html)
- Record
- SN02212025-W 20100722/100720235529-39f6b7bcfe4062a95c805139e5b29cf6 (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 |