SOURCES SOUGHT
36 -- Trash Processing Systems - Attachments 1-3
- Notice Date
- 2/5/2016
- Notice Type
- Sources Sought
- NAICS
- 333994
— Industrial Process Furnace and Oven Manufacturing
- Contracting Office
- NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, California, 94035-1000
- ZIP Code
- 94035-1000
- Solicitation Number
- NNA16ZSC002L
- Archive Date
- 3/25/2016
- Point of Contact
- Elizabeth Baierl, Phone: 6506045082, Rachel Khattab, Phone: 6506045237
- E-Mail Address
-
elizabeth.a.baierl@nasa.gov, rachel.khattab@nasa.gov
(elizabeth.a.baierl@nasa.gov, rachel.khattab@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment 3 – Composition of Space Mission Trash DRAFT Attachment 2 – List of HMC Publications DRAFT Attachment 1 – Trash Processing System Requirements DRAFT NASA Ames Research Center is hereby soliciting information about methods for trash processing. For descriptive purposes of this Request for Information (RFI), trash processing is divided into two types: type (A) a heat melt compactor (HMC) trash processing system and type (B) an alternative trash processing system that meets the same higher level requirements for trash processing. NASA seeks information on a low-cost, low-mass, and low-volume HMC or alternative trash processing system that can be incorporated into future long-duration missions with different planetary destinations and spacecraft configurations. NASA also desires information that includes a development schedule leading to a flight test of this technology on ISS by mid-calendar year 2019. BACKGROUND: The current approach to space mission trash management is to hand compact the trash, temporarily store the trash, and dispose of the trash either by return to Earth, or by reentry incineration in a disposable supply delivery vehicle, such as the Russian Progress vehicle. For long-duration missions away from low earth orbit, processing trash is preferable to overboard disposal. Unprocessed trash can be hazardous when stored inside a spacecraft and accumulating trash consumes valuable habitat volume. NASA believes that processing the trash reduces potential hazards and problems, and produces valuable mission resources. For example, water can be recovered from the trash (the trash is about 20%-30% water) for recycling and clean compacted trash can be used for augmentation of radiation shielding. For a type (A) response, past development of NASA’s heat melt compaction is relevant. Heat melt compaction has been explored by NASA for some time as a potential method for trash processing (see reference list, Attachment 2). A HMC compresses the trash 5 to 10 times more than the density obtained by hand compaction. A HMC melts the plastic in the trash (at temperatures above at least 130C) which, upon cooling, tends to encapsulate the trash and prevent volume springback. The temperature of plastic melting is also sufficient to drive off the water in the trash, and the water can then be collected for recycle. If sufficient water is driven off to reduce the water activity value to 0.6, then the processed trash does not support microbial regrowth unless rewetted. Time and elevated temperatures also sterilize the trash, making the compressed tiles more stable for long-term storage or for use as radiation shielding. A NASA developed HMC produced square tiles with a 9 inch side length and thickness from 0.5 inches to 2 inches. Tiles of this size lend themselves well to construction of radiation storm shelters but larger sized tiles can also be accommodated. For a type (B) response, there has been limited NASA research and outside development so no direct background information is provided. However, NASA is equally interested in responses of type B technologies. Type B systems are not constrained by the operational characteristics of the Type A heat melt compaction systems. Conductive heating and melting of the plastic are not necessary so long as the functional capabilities of volume reduction, microbial control, water recovery, and production of a residual suitable for storage in Cargo Transfer Bags (CTB) and application to habitat walls for radiation augmentation are achieved. The capabilities are described in the summary requirements following and in more detail in the attached requirements document. SUMMARY REQUIREMENTS: Following is a summary of the requirements for the trash processing system. Full requirements for a trash processing system are contained in Attachment 1, “Trash Processing System Requirements.” The Level 0 requirements apply to both request types (A) and (B). The Level 1 HMC requirements apply to request type (A). NASA encourages each respondent to thoroughly review Attachment 1 prior to responding to the RFI. Attachment 1 includes both shall and should statements with their meaning defined by standard engineering lexicon (and given in Attachment 1). In the case of "shoulds," the responder is encouraged to describe if and how the conditions of the statement are met, important system performance trades, and cost and other impacts. For information and details on the development of the HMC by NASA and by others, please refer to Attachment 2, “HMC Reference Publications.” The trash processing must handle all the normal components in trash for a four-person crew over a two year mission. Attachment 3, “Waste Model for Space Mission Trash,” gives a representative trash model that the proposed technology must be able to process. Ideally the trash should be processed in its original form without preprocessing (i.e. shredding). However if preprocessing is required, it should be described in the response. The trash processor is expected to produce a dry, sterile, dense residual that can either be stored in CTBs or be used to cover internal habitat walls for radiation protection. For a CTB the residual should pack well within the bag’s internal dimensions of 19.5-in x 16.25-in x 9.5-in. Proposed technologies should indicate the characteristics of the residual including its suitability for constructing a non-load bearing structure for radiation shielding by itself or inside some type of container or bag. For both request types (A) and (B), provisions must be made for microgravity collection of the condensed water from the processed trash. Outside of the trash processing hardware, the collected water would be recycled to the life support Water Recovery System (WRS). Gaseous contaminants produced by processing must not be released into the habitat in quantities and concentrations that would exceed the Spacecraft Maximum Allowable Concentrations limits. The response should estimate the type of gaseous contaminants that could be produced. The ISS test of the proposed technology must be low mass, low volume, and low power. The flight test unit is envisioned to be a test in an ISS Express Rack utilizing no more than 3 Express Rack lockers (a single locker volume is approximately 11-in x 23-in x 19-in). However, other ISS test approaches are welcomed. The proposed technology should be capable of approximately 30 test runs on ISS with minimal crew interaction outside of trash loading and residual removal and storage. The following information is requested from respondents to this RFI: 1. General Description: 1.a. Describe the capability of the technology your firm or organization has developed, or intends to develop, pursuant to the guidelines above and the requirements in Attachment 1, specifically noting any areas of noncompliance and recommendations to mitigate or correct the noncompliance, including proposed changes to the requirements themselves. L0 requirements apply to both type (A) and type (B) responses. Only type (A) responses must satisfy the L1 requirements. Innovative responses that do not adhere to L0 and L1 requirements are welcomed; however, the positive and negative impacts to performance, cost, efficiency, and reliability need to be identified. 2. Flight or Technology Heritage/Qualification: 2.a. Describe your entity’s relevant experience with fabrication capabilities, especially experience with space flight qualified hardware; 2.b.Describe the extent to which existing proven commercial technology can be leveraged to minimize technical and schedule risk while meeting requirements; 2.c. Describe any new technologies to be employed on this effort, and any modifications to existing technology necessary to meet the requirements; 2.d. Describe risks associated with incorporating the new or modified technology and how the risks can be minimized. 3. Test and Inspection Program: 3.a. Provide test program(s) or other documentation to demonstrate that the technology will meet the requirements provided in Attachment 1; 3.b. For completed testing, describe the conditions of the test, the test objectives, limitations, and result(s). 3. c. Describe whether the technology is qualified for flight, and if so, describe the qualification program including environments used. 4. Costs: 4.a. NASA is particularly interested in estimated costs. Please provide a Rough Order of Magnitude (ROM) cost for the technology that meets the requirements listed in Attachment 1; 4.b. NASA seeks ROM costs to deliver the flight system; 4.c. If the technology is commercially available, please provide an Off-the-Shelf procurement estimate for your device; 4.d. If new technologies or modifications are required to meet requirements, provide a ROM cost for the associated development effort. 5. Delivery: 5.a. Provide an estimated delivery timeframe; 5.b. Identify and address major risks. 6. Please advise if the system or any sub-system is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. NASA Ames Research Center (ARC) seeks capability statements from all entities including large and small businesses; colleges and universities; Small Disadvantaged Business (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 trash processing system. 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. Interested parties having the required specialized capabilities to meet the requirements described herein are invited to submit a capability statement via email in documents that are compatible with Microsoft Office or Adobe Acrobat software applications. Responses should include the following: name and address of firm, size of business; DUNS number (if available); whether they are large, or any category of small business, number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners; list of customers covering the past five years (highlight relevant work performed). Reponses should not exceed 10 pages total (no less than 10 point font except in figure captions). Due to mailbox limitations, email attachments should not exceed 10 MB file size. Proprietary information should be clearly marked as such. As applicable, NASA may provide proprietary information to its support service contractors who are under an obligation to keep third-party proprietary information in confidence. By submitting a response to this RFI, the responder is deemed to have consented to release of proprietary information to such NASA support service contractors. Pursuant to FAR 52.215-3, entitled “Request for Information or Solicitation for Planning Purposes,” this information is being made available for market research, information, and planning purposes and to allow industry the opportunity to verify reasonableness and feasibility of the requirement, as well as promote competition. This RFI is subject to review or cancellation at any time and is not to be construed as a commitment by the Government to enter into a contract. The Government will not pay for the information submitted in response to this request and respondents will not receive feedback on their responses or be notified of the results. Responses shall be submitted to elizabeth.a.baierl@nasa.gov no later than the closing date specified in this announcement. Please reference NNA16ZSC002L in any response. This announcement does not constitute a Request for Proposal. Please do not request a copy of the solicitation, as no solicitation exists at this time. If a firm requirement is developed and a solicitation is issued, the solicitation will be made available on the Federal Business Opportunities (FBO) website ( www.fbo.gov ). It is the potential offeror’s responsibility to monitor the site for the release of any solicitation or synopsis. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. Information about major upcoming ARC procurement actions (forecast) is available at http://ec.msfc.nasa.gov/cgi-bin/eis/admin/admin.cgi?center=ARC The Internet site, or URL, for the NASA/ARC Business Opportunities page is http://server-mpo.arc.nasa.gov/Services/Proc/home.tml Any referenced numbered notes may be viewed at the following URLs linked below. An ombudsman has been appointed -- See NASA Specific Note "B".
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA16ZSC002L/listing.html)
- Record
- SN04012167-W 20160207/160205234554-5fe3684894dbb08cec7b799c3ee527a5 (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 |