SOURCES SOUGHT
A -- Fission Reactor Experiment Hosted by North American Aerospace Defense Command (NORAD) and United States Northern Command (USNORTHCOM)
- Notice Date
- 8/21/2024 1:45:37 PM
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- N NC J4 LOGISTICS PETERSON AFB CO 80914-3820 USA
- ZIP Code
- 80914-3820
- Solicitation Number
- F3LNEA1
- Response Due
- 9/16/2024 4:00:00 PM
- Archive Date
- 10/01/2024
- Point of Contact
- Jeth A. Fogg, Phone: 719-554-2309, Kevin Landreth
- E-Mail Address
-
jeth.a.fogg2.civ@mail.mil, kevin.m.landreth.mil@mail.mil
(jeth.a.fogg2.civ@mail.mil, kevin.m.landreth.mil@mail.mil)
- Description
- BACKGROUND: This experiment is envisioned to support space reactor applications as well as terrestrial microreactor applications. Reactor designs for power levels up to 100 kWe have the potential to be vehicle-mounted to make them truly mobile, leading to a fast-response provision of power and heating for remote operations at a cost-competitive form. Compact reactor designs of this kind currently do not have a validated nuclear benchmark which is limiting their commercial adoption. This experiment is specifically planned to fill existing performance validation gaps by producing a nuclear experimental dataset for use by government agencies and private industry. The intent is to perform technology maturation and improve technology readiness levels of the components integrated in the system design. While the experiment is targeting government use cases for the intended core design, the protoboard configuration and experimental results can allow for interested industry organizations to revise individual component designs and to cost-effectively mature their own product use cases. DESCRIPTION: This small fission reactor experiment (culminating in a TRL 4/5 protoboard) is designed to validate neutronic behavior of hydride moderated compact nuclear reactors. Los Alamos National Laboratory Directed Research Development (LDRD) �Multi-Scale Kinetics of Self-Regulating Compact Reactors� first developed a hydride moderated reactor design and fabricated key core components including yttrium hydride (YH) moderator and high-density particle fuel compacts. Recent technology maturation efforts sponsored under DOE�s Microreactor Program and NASA�s Fission Surface Power projects have extended development of zirconium-hydride (ZrH) and yttrium-hydride (YH) for operating temperatures up to 1100 K with a lifetime of 10 years. NASA Fission Surface Power (FSP) studies have shown moderator and fuel advancements can produce compact fission power designs that are sufficiently lightweight for space exploration and mobile terrestrial applications. The reactor experiment is envisioned to accommodate testing with variable fuel systems to enable gathering of physics data across a range of design options. This experiment will demonstrate fission reactor materials that enable a low-mass design using a high assay low enriched uranium (HALEU) fuel form which has potential application as a lunar surface and terrestrial power source. The baseline design currently targets a power output between 100 kWth and 200 kWth utilizing the Advanced Gas Reactor TRISO fuel form, a metal-hydride moderator (ZrH or YH), a beryllium reflector, a graphite core block, and heat pipes for thermal transfer. A power conversion system is not part of the baseline design and is one example of an opportunity for in-kind participation. The system is versatile enough to be able to accommodate either Brayton or Stirling power conversion systems. Alternative fuel types and other key baseline design elements can be interchangeable depending on the level of industry interest and participation. Once the experiment is operational, multiple parameters will be monitored to include neutron flux, temperature, and pressure within the core along with power output and occupational radiation levels. This data set will be collected and distributed to all stakeholders and contributors for further analysis. SUBMISSION INSTRUCTIONS: Organizations interested in participating in this reactor experiment effort that have the capability to contribute to the reactor design and experimental goals of the project, shall submit the following information, electronically, to jeth.a.fogg2.civ@mail.mil Company's overall skills, experience, and capabilities to perform the work proposed. If subcontracting or joint venture is anticipated to deliver technical capability, organizations should address the anticipated administrative and management structure of such arrangements (if this information is known at this time). Also address what elements of work would be performed by the prime or joint venture and which elements would be performed by subcontractors. ����������� Company-Specific Information - responses must include the following: o��������� Name and address of firm with point of contact information o��������� Size of business and estimated number of employees o��������� Estimated average annual revenue for past three years o��������� Number of years in business o��������� Affiliate information: parent company, joint venture partners, and potential teaming partners o��������� Interest to participate solely or as a teaming partner o��������� Identification and description of previous successful related or tangential projects ����������� Innovations might you propose as a partner including potential intellectual property structure ����������� Specific technical interests related to the design and data goals of the demonstration You will receive an email within two business days verifying your information was received. Any correspondence not meeting the criteria outlined above will not be considered. DO NOT SUBMIT CLASSIFIED INFORMATION IN RESPONSE TO THIS RFI. DO NOT SUBMIT ACQUISITION PROPOSALS. The Government is not committed financially, legally, or contractually by an invitation to present your technology. The costs incurred to make an in-person presentation are at the expense of the respondents. An invitation shall not be construed as the Government's desire to enter a contractual relationship with a respondent. Your organization will be contacted no later than 30 September 2024, to notify you of your selection to participate. BASIS FOR SELECTION TO PARTICIPATE: Submissions will be reviewed by the supporting government organizations. Selection of respondents to participate will be based on the extent to which the technology represents a particular class or level of capability that can be provided to interested commands or interagency partners. Other considerations include: Relevance to the Fission Reactor Experiment and desired capabilities. Completeness of requested information and supporting information. Technical maturity. Readiness, or adaptability to support current and/or future intragovernmental (e.g. Departments, Agencies, Services, Combatant Commands) operations/missions. Demonstrated operational demand from a governmental entity (e.g., ongoing or planned RDT&E, PROC, or O&M resourcing via Departments, Agencies, Services, Combatant Commands). ADDITIONAL INFORMATION: Respondents shall assure that all proprietary information, documentation, and equipment are clearly marked. Be advised that lessons learned may be broadly disseminated through official channels within the Federal government and partner government agencies associated with the N&NC Fission Reactor Experiment. If selected for participation, respondents may be requested to provide additional information that will be used in preparation for the event. USE OF INFORMATION: The purpose of this notice is to gain information for potential future use and/or collaboration for development of technology capabilities. All proprietary information contained in the response shall be clearly marked. Any proprietary information contained in response to this request will be properly protected from any unauthorized disclosure. The government will not use proprietary information submitted from any one firm to establish future capability requirements. Respondents shall agree to confer and consult with the N&NC Public Affairs team prior to the publication of any press release directly or indirectly related to this event. The N&NC Public Affairs team will confer and consult with any participants prior to the publication of any press release that directly includes a written or visual reference to the name of their organization, employees, or technology. Respondents shall not use the name, logo, or images of any U.S. Government organization, employee, or contractor without prior approval from the relevant organization. SPECIAL NOTICE: University affiliated research centers (UARCs), federally funded research and development centers (FFRDCs), and/or contractor consultant/advisors to the government will review and provide support during evaluation of submittals. When appropriate, non-government advisors may be used to objectively review a particular functional area and provide comments and recommendations to the government. All advisors will comply with procurement integrity laws and shall sign non-disclosure and rules of conduct/conflict of interest statements. The government will take into consideration requirements for avoiding conflicts of interest and ensure advisors comply with safeguarding proprietary data. Submission in response to this RFI constitutes approval to release the submittal to government support contractors. FEDERAL ACQUISITION REGULATION (FAR) 52.215-3 Per FAR 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997): The government does not intend to award a contract based on this RFI notice or to pay for the information. Although ""proposal"" and ""technology developer"" are used in this RFI, your responses will be treated as information only. It shall not be used as a proposal. In accordance with FAR Clause 15.209(c), the purpose of this RFI is to solicit technology candidates from R&D organizations, private industry, and academia for inclusion in future N&NC events.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e9e4ad947d4f468b8135bd89d8f0984a/view)
- Place of Performance
- Address: Colorado Springs, CO 80914, USA
- Zip Code: 80914
- Country: USA
- Zip Code: 80914
- Record
- SN07180749-F 20240823/240821230131 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |