Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 16, 2025 SAM #8451
SOLICITATION NOTICE

36 -- Helium Liquefier Development (HeLD)

Notice Date
1/14/2025 10:13:41 AM
 
Notice Type
Presolicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
NASA GLENN RESEARCH CENTER CLEVELAND OH 44135 USA
 
ZIP Code
44135
 
Solicitation Number
80GRC025CA014
 
Response Due
1/29/2025 2:00:00 PM
 
Archive Date
02/13/2025
 
Point of Contact
Ashlee Shaw, Hunter Butkovic
 
E-Mail Address
ashlee.b.shaw@nasa.gov, hunter.c.butkovic@nasa.gov
(ashlee.b.shaw@nasa.gov, hunter.c.butkovic@nasa.gov)
 
Description
Presolicitation Notice � Synopsis NASA Glenn Research Center/GRC has a requirement for the purchase of liquefiers/refrigerators to support space propulsion and cryogenic research and development activities. The helium liquefier/refrigerator system must: Implement gas-bearing helium turbo-expanders that have a variable brake design and are located in the cold box at a temperature level below the liquid nitrogen assisted pre-cooling. Variable brake must allow for an output power reduction to approximately 30% of the maximum, while maintaining high efficiency. No more than three turbines are to be used. Be capable of a maximum (liquefaction) capacity of no less than 6.8 g/s of make-up gas supplied at ambient temperatures up to 305.4 K and 1.05 bara, that is supplied to a load at a pressure of 3.5 bara and is sub-cooled to a temperature within 0.05 K of the saturation temperature corresponding to 1.25 bara. For this operating point, the supply pressure to the cold box must not exceed 14 bara. Be capable of using liquid nitrogen to assist in the pre-cooling of the helium down to approximately 80 K. The liquid nitrogen assisted pre-cooling consumption must not exceed 3.7 g/s per 1 g/s of make-up (helium) gas. Be capable of operating, at a reduced capacity, without liquid nitrogen assisted pre-cooling, but using the cold box turbines without requiring the throttling of the (turbine) inlet valves. Not include an integrated purifier. Be designed to allow use of an alternate compressor capable of a discharge pressure of 18.25 bara., utilizing its supplied exergy (at that pressure level). Mechanical design must conform to ASME B31.3 and ASME BPVC Section VIII, as applicable. All vacuum vessels must be designed to ASME BPVC Section VIII, Division 1 or 2 (but are not required to have a U-stamp). The high pressure helium stream for cold box system must be rated no less than 18.25 bara per ASME B31.3. Lower pressure helium and nitrogen streams for cold box system must be rated for no less than 10 bara per ASME B31.3. Electrical design must conform to NFPA 70 and UL508A, as applicable. Helium turbo-expanders used must have a demonstrated mean time between maintenance (MTBM) of at least 20,000 hours and mean time failure (MTBF) of no less than 100,000 hours is required. NASA Glenn Research Center/GRC intends to issue a sole source contract to acquire the items from Linde Inc. under the authority of FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The Government intends to acquire a commercial item using FAR Part 12. Interested organizations may submit their capabilities and qualifications to perform the effort electronically via email to Ashlee Shaw at ashlee.b.shaw@nasa.gov not later than 5:00 PM EDT on January 29, 2025. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this acquisition on a competitive basis. A determination by the Government not to compete this acquisition on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at : https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/eb28170c40354d0fad31f17bed57b2eb/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07312459-F 20250116/250114230114 (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 |
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.