Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2012 FBO #3844
SOURCES SOUGHT

A -- DESIGN AND FABRICATION OF A SMALL GAS RECIRCULATION PUMP

Notice Date
6/1/2012
 
Notice Type
Sources Sought
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK120002L
 
Response Due
7/2/2012
 
Archive Date
6/1/2013
 
Point of Contact
Gloria Annetta McIntosh, Contract Specialist, Phone 321-867-1270, Fax 321-867-2825, Email gloria.a.mcintosh@nasa.gov - Kelly J Boos, Contracting Officer, Phone 321-867-8424, Fax 321-867-1166, Email Kelly.J.Boos@nasa.gov
 
E-Mail Address
Gloria Annetta McIntosh
(gloria.a.mcintosh@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) is soliciting information to conduct market research to improve its understanding of the current state-of-the-art in commercially-available products leading to the design and fabrication of a small-light-weight gas recirculation pump for operation in a thermal vacuum chamber. In accordance with FAR 15.201(e), the information requested is for planning purposes only and is not intended to bind the Government. 1. Background and Plan NASA/KSC is currently studying the feasibility, practicality, and cost of developing a small gas recirculation pump to be utilized within the Regolith and Environment Science and Oxygen and Lunar Volatile Extraction (RESOLVE) project's Lunar Advanced Volatile Analysis (LAVA) Subsystem to make decisions regarding procurement strategies for the development of instrumentation. RESOLVE is a lunar resource prospecting payload that is in development for a launch opportunity to the Moon. 2. Technical Requirements: The gas pump will be used to recirculate gases through a fluid system at a flow rate range of 100-500 standard cubic-centimeter per minute (sccm) with an expected pressure drop through the system of 0.3 psid (at 100sccm) to 5 psid (at 500sccm) and a total internal pressure of 20-30 psia (external ambient pressure could be as low as 10-10 torr). The pump will be required to operate and maintain integrity after being exposed to internal pressure ranging from high vacuum 10-7 torr to high pressure of 100psia (the pump will not be required to operate under these conditions, but must survive and operate after being exposed to these pressure conditions). The gases in the fluid system will consist of either a mixture of hydrogen, water vapor, and carbon monoxide, or 100% hydrogen.The fluid system is being designed to make quantitative measurements of water; therefore, material selection for the pump head in contact with the fluid must not absorb water. Also, small amount (<1%) and short-duration exposure (30min) to hydrofluoric acid and hydrochloric acid are expected. The pump head operating temperature is in the range of 0degC-70degC. The pump motor will be exposed to an ambient temperature of up to 40C. The desired mean-time between failures is estimated to 5,000 hours. The pump head leak rate shall not exceed 0.12 sccm when the system is pressurized to 20 psia of helium. The pump must operate at voltage not to exceed 28VDC and operate with no more than 40 W. The mass desired for this pump shall not exceed 500 grams. 3. Additional Information a. Commercial off-the-shelf (COTS) products are desired with associated cost per item to establish a reasonable target cost for developing and qualifying pumps that meets the requirements defined. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. If modified COTS items can be designed to meet these requirements, please include the following: i. Rough Order of Magnitude (ROM) cost estimate for Developmental units with non- recurring engineering (NRE). ii. Rough Order of Magnitude (ROM) cost estimate of subsequent production units. iii. Estimated delivery/lead time for first two (2) units. iv. Estimated delivery/lead time for four (4) production units. b. The National Aeronautics and Space Administration (NASA) Kennedy Space Center (KSC) is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for the subject requirement. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. 4. Disclaimer: This synopsis is for information and planning purposes 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 results of the evaluation. No solicitation exists; therefore, do not request a copy of the solicitation. If a 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 the release of any solicitation or synopsis. 5. Instructions to Respondents: Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, brochures, and references. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of 5 pages or less, indicating the ability to perform all aspects of the effort described herein. Respondents are required to address the following technical specifications for their respective pump designs. Responses must have classified and proprietary information properly marked. Responding to this RFI: For planning purposes, we are requesting that the responses to this RFI include the following information at a minimum: Brief description of company capabilities, applicable facilities, and experience designing gas recirculation pumps. Description of previous flight heritage and gas recirculation pumps concept using the stated specifications as the basis Notional schedule for development, testing and qualification through delivery based on your approach, technology maturity and understanding of the risks. Assume six (6) units to be delivered. Two (2) qualification units by May 2013 and four (4) flight units in 2014. Description of key technical, schedule, and cost drivers and options to mitigate risks and/or reduce schedule RFI Questions: NASA is requesting responses to the following questions: Gas Recirculation Pump Capabilities: 1.Would your organization be interested in developing a gas recirculation pumps for NASA missions? 2. What experience with gas recirculation pumps do you have? (a) Airborne or space flight applications (b) Reliability requirements and performance of current products; (c) Current gas recirculation pumps use/applications; brief description of gas recirculation pumps requirements including operational life (d) Years of gas recirculation pumps manufacturing and production experience (e) What related heritage programs have you previously worked on, and at what scope (Prime Supplier, subcontractor, etc)? 3.From your perspective, what will be the major technical risks in developing a gas recirculation pump that meets the specifications provided? Questions and comments are welcomed. All questions regarding and correspondence associated with this RFI should be conducted by email. All responses shall be submitted to Gloria A. McIntosh at gloria.a.mcintosh@nasa.gov no later than July 2, 2012. Please reference #NNK120002L Design and Fabrication of a Small Recirculation Pump in any response. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK120002L/listing.html)
 
Record
SN02763956-W 20120603/120601235616-19dc2bd66f64c2b2e749513e24d10406 (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.