SOURCES SOUGHT
66 -- FLUID SYSTEMS HEATERS
- Notice Date
- 7/17/2012
- Notice Type
- Sources Sought
- NAICS
- 333414
— Heating Equipment (except Warm Air Furnaces) Manufacturing
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK12ZMS007L
- Response Due
- 8/1/2012
- Archive Date
- 7/17/2013
- Point of Contact
- A. Zuber Christopher, Contract Specialist, Phone 321-867-2115, Fax 321-867-1166, Email Christopher.Zuber@nasa.gov
- E-Mail Address
-
A. Zuber Christopher
(Christopher.Zuber@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/KSC is hereby soliciting information about potential sources for light-weight low-power Heaters for operation in a thermal vacuum chamber. The National Aeronautics and Space Administration (NASA) Kennedy Space Center 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 Heaters. 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. 1. Background and Plan NASA/KSC is currently studying the feasibility, practicality, and cost of developing light-weight low-power heaters 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 heaters sought in this announcement will be used to heat a fluid system composed of 1/8in and 1/16in tubing, a fluid manifold (flat surface), and tank (round surface). There are three types of applications for these heaters: The first type of heater will be used to heat 1/8-inch and 1/16-inch stainless steel tubing in a fluid system to 150 degrees Celsius. The second type of heater will be used to heat an Aluminum spherical tank (round surface), aluminum manifold, and/or other components in a fluid system to 150 degrees Celsius. The third type of heater will be used to heat an aluminum manifold to 150 degrees Celsius via a point heat source (i.e. cartridge heater type). All heaters must operate using an 18-36 VDC power supply while utilizing no more than 30 Watts per unit with an operational range of -20 to 175 degrees Celsius in an external ambient pressure as low as 10^(-10) Torr. The vendor must specify the mass of each unit. All heaters will be required to operate and maintain integrity after exposure to temperatures ranging from -30 to 200 degrees Celsius (the heater will not be required to operate under these conditions, but must survive and operate after being exposed to these temperature conditions). All heaters will be required to be flight certified by either the company or by NASA (for example, minimal off-gassing). If NASA is required to certify the heaters, the company must be able to prove that the materials used in the fabrication of at least 50 heaters, including the adhesives, are consistent (for example, the same lot number). The vendor shall indicate any flight heritage or if any flight qualification testing has been performed. All heaters will be cycled and are required to have redundant heaters within the same unit. The desired mean-time between failures is estimated to be 5,000 hours with a minimum lifetime of 10,000 hours. 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 these components 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 fifty (50) units. iv. Estimated delivery/lead time for twenty-five (25) production units. NASA is requesting responses to the following questions: Heater Capabilities: 1.Would your organization be interested in developing heaters for NASA missions? 2. What experience with heaters do you have? (a) Airborne or space flight applications (b) Reliability requirements and performance of current products; (c) Current heater use/applications; brief description of heater requirements including operational life (d) Years of heater 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 heaters that meet the specifications provided? Questions and comments are welcomed. All questions regarding and correspondence associated with this RFI should be conducted by email. The NAICS code for this requirement is 333414 with a size standard of 500 employees. The government does intend to acquire a commercial item using FAR Part 12. 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. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of five (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 heater designs. Responses must have classified and proprietary information properly marked. 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 heaters. Description of previous flight heritage and heater 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 twenty-five (25) units to be delivered. Twenty-five (25) qualification units by May 2013 and twenty-five (25) flight units in 2014. Description of key technical, schedule, and cost drivers and options to mitigate risks and/or reduce schedule To facilitate a prompt review by the NASA team, a one (1) page summary shall be included with your capability statement(s), identifying the following information: 1. Company name and address. 2. Contractor size/type classification (Large, Small, Small Disadvantaged 8(a), Woman-Owned, Veteran-Owned, Service Disabled Veteran and HUBZone). 3. Company size (number of employees). 4. Average annual revenue for the past three (3) years. 5. Affiliate information (as applicable) including, parent company, joint venture partners, prime contractor (if potential sub) or subcontractors (if potential prime), point of contact name, position, address and phone number. 6. Company specific capabilities that are relevant to the requirements listed above. It is not sufficient to provide only general brochures or generic information. Copies of your capability statement(s) may be made available to prospective offerors in the future. Therefore, it should not contain company-sensitive information, 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. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. All responses shall be submitted electronically to Chris Zuber at Christopher.Zuber@nasa.gov no later than August 1, 2012. Please reference NNK12ZMS007L 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/NNK12ZMS007L/listing.html)
- Record
- SN02805590-W 20120719/120717235926-f098724355eb23cfe9ac5fa63c2b5345 (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 |