Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2017 FBO #5760
SOURCES SOUGHT

A -- R & Dand testing services of an advanced cryogenic self-contained breathing apparatus with a liquid cooling garment - Capability Statement

Notice Date
8/29/2017
 
Notice Type
Sources Sought
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
NASA Shared Services Center (NSSC), Building 1111, Jerry Hlass Road, Stennis Space Center, Mississippi, 39529, United States
 
ZIP Code
39529
 
Solicitation Number
80NSSC17Q0372
 
Archive Date
9/15/2017
 
Point of Contact
Joseph H Reynolds, Phone: 2288136609
 
E-Mail Address
joseph.h.reynolds@nasa.gov
(joseph.h.reynolds@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Capability Statement STATEMENT OF WORK 1. Objective/Requirements This contract is part of a joint effort between NASA Kennedy Space Center (KSC) Biomedical Engineering and Research Laboratory (BERL) and the National Personal Protective Technology Laboratory-National Institute of Occupational Safety and Health (NPPTL-NIOSH) to improve the state of the art in cryogenic life support equipment. The prime engineering support contractor shall be responsible for the design, development, and testing of the Advanced Cryogenic Breathing Apparatus with Liquid Cooling Garment (ACryoBA-LCG). The ACryoBA-LCG will incorporate a liquid cooling garment system into a one hour liquid air based Self Contained Breathing Apparatus (SCBA). Since most SCBA users work in hot environments (fire fighters, hazmat, or in protective suits), drawing the required heat of vaporization for the liquid air directly from the user rather than the ambient environment will greatly reduce the heat stress in SCBA workers. NIOSH will provide the CryoBA pack which is to be cannibalized to support the development of the new ACryoBA-LCG pack. They will also provide project direction and approval of the design review. KSC Biomedical Engineering and Research Lab (BERL) will provide support with test equipment, review of the deliverables (test report, drawings), technical consultation, and contract oversight. The contractor will provide primary engineering, design, and manufacturing services in the development of the ACryoBA-LCG pack. They will be responsible for procurement of any parts not included in the NIOSH provided CryoBA pack and any test equipment not available through the KSC BERL. They will be responsible for design, manufacture, operational testing, and deliverables as mentioned above. They shall also provide the liquid air and any other consumables required to support the operational test. 2. Characteristics, Scope, and Specs • Design requirements - The pack will be a 1 hr design (@ 40 lpm), back wearable (<45 lbs), refillable (fill QD), attitude independent (within 90o of vertical), provide breathing air between 50oF and ambient, and it will extract the heat required for vaporization of the liquid air from the user via a liquid cooing garment system. The LCG system will use a coolant fluid to air heat exchanger that will actively or passively prevent the coolant from freezing. The LCG coolant temperature to the user will be between 55-90oF. If possible, the LCG will provide user controllable temperature control. • Testing - The contractor shall perform an initial functionality testing on a breathing machine at 40 lpm with the cooling garment on a resting person. This will serve as a basic function test, a capacity test, and a high rate, low heat test to verify the coolant does not freeze. The contractor will then provide remote technical support for NIOSH sweating manikin testing (if NIOSH requests). • Deliverables - The contractor will provide the prototype ACryoBA-LCG to NIOSH, any remaining parts from the original CryoBA pack, detailed drawings, parts list, and a test report. • Meetings - The contractor shall support the following meetings with NIOSH and NASA: a project kick off meeting, a design review meeting (prior to final assembly), and a closeout review meeting. In addition NASA will meet with the contractor on a regular basis to review the progress of the project (approximately weekly). • Travel - There is no contractor travel associated with this contract. 3. Place of Performance - Work shall be performed at the contractors facility. 4. Period of Performance - Estimated time is the time in months from the signing of the contract when the particular milestone is expected to be completed. The project should be complete in 10 months, however, given the technology development nature of the work however, technical issues could extend the work and these are not hard time limits. It is expected that the project should be complete in ten months, however, the period of performance is one year to allow for technical issues.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2f34231a340b94d682427ae9acc4cdae)
 
Place of Performance
Address: NASA/ John F Kennedy Space Center, Kennedy Space Center, Florida, 32899, United States
Zip Code: 32899
 
Record
SN04652093-W 20170831/170829233644-2f34231a340b94d682427ae9acc4cdae (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.