The RFP Database
New business relationships start here

Request for Information, GN2, LN2, and LO2


Florida, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Request for Information

This RFI is issued solely for informational, market research, and planning purposes. It does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), or Request for Proposal (RFP), or a promise to issue a/an RFQ/IFB/RFP in the future. No solicitation document exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. In addition, respondents are advised that the United States Government is under no obligation to pay for any information or administrative cost incurred in response to this RFI. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this RFI. The plans and technical specifications for this requirement will only be available upon solicitation issuance.


Background:


The information submitted in response to this RFI will be used to inform NASA Kennedy Space Center (KSC) about potential acquisition strategies to fulfill KSC's continuing propellant requirements. NASA utilizes gaseous and liquid nitrogen (GN2/LN2) conforming to MIL-PRF-27401, Types I and II, Grades B (always) and C (occasionally), and liquid oxygen (LO2) conforming to MIL-PRF-25508, Type II, Grade A. Anticipated quantities and delivery modes are described in subsequent paragraphs.


A response to this RFI is requested so that NASA KSC can be informed using all relevant information.


NASA KSC is contemplating the possibility of a long term, Firm-Fixed Price, requirements-type contract within the context of the conditions described herein.


NASA KSC is willing to contemplate contractor-funded construction of an air separation unit (ASU) and pipeline on KSC property, which would be made available via lease and easement agreements, as necessary. Agreements of this nature could extend beyond the term of the contemplated requirements-type contract, thus allowing the Contractor to continue to operate commercially following its support to NASA. The ASU may have the capability of producing GN2, LN2, and LO2 to supply all Government and commercial customers on the Spaceport (KSC and Cape Canaveral Air Force Station) and outside KSC. It would be expected that Contractor-funded construction for distribution of GN2 would tie into current NASA infrastructure/property. The current NASA GN2 pipeline supports Launch Complex 39B and numerous other Spaceport facilities. The GN2 pipeline also supports commercially operated launch pads at the Spaceport. A map showing contemplated land lease and easement locations, general pipeline routes, and meter stations' locations is available to respondents upon request.


In addition to NASA's programmatic requirements detailed below, the supply of products to commercial Spaceport tenants may occur via the resultant NASA propellants contract(s). However, KSC makes no statement of demand/requirements or commitments on behalf of its commercial tenants.


A condition of creating production capability on KSC would be that the needs of Government contracts for any of the products produced at the plant would take priority over those of any direct sales to non-Government third parties.


NASA KSC contemplates awarding a firm-fixed price requirements-type contract with a long-term period of performance linked to construction, or modification of an onsite or proximate ASU via contracting by negotiation. A pre-solicitation notice will be posted at least 15 calendar days prior to the release of any solicitation.


Requirement:


Anticipated NASA requirements include the following:


1. GN2 Requirements: Provide daily flows to two meter stations supporting the Launch Complex-39 (LC39) area and KSC Industrial Area (HMF), and support NASA's Space Launch System (SLS) launch vehicle testing and launch operations.


a. GN2 shall conform to MIL-PRF-27401, Types I and II, Grades B. Some requests will be for Grade C.
b. Average daily flow rate of 200 standard cubic feet per minute (scfm) at 4,100 to 6,000 pounds per square inch (psi) to the LC39 meter station.
c. Average daily flow rate of 100 scfm at 4,100 to 6,000 psi to the HMF meter station.
d. Operate and maintain five flow meters downstream of the HMF meter station. Operate and maintain four GN2 and three GHe meter stations on CCAFS and its connecting helium pipeline.
e. Provide testing flow rates between 3,000 and 25,300 scfm at pressures between 6,000 and 6,800 psi to demonstrate various Spaceport systems are functioning properly. Testing will occur at LC39B.
f. Provide 31,000 (thousand cubic feet or MCF) for a single launch attempt, with the ability to provide up to 87,220 MCF for three launch attempts (up to 3,160 tons), across a six-day launch campaign once per year.
*The flow rates noted in Item F are in addition to the daily flow rates noted above, in Items B and C.
g. Provide NASA with a web-based, real-time telemetry monitoring system of the operating pipeline based upon radio feed from the meter stations. All system inputs and outputs, including non-NASA operations, shall be included on the telemetry system data streams.
h. The contractor may have access to the NASA-owned GN2 pipeline system as a conduit to support other GN2 pipeline customers outside of, though not to interfere with, NASA pipeline requirements. This will be at no-cost to NASA.


2. LN2 requirements: Provide bulk tanker-trailer loads of LN2 into NASA-owned tankers or rechargers.


a. LN2 shall conform to MIL-PRF-27401, Types I and II, Grade B. Some requests will be for Grade C.
b. The best estimated quantity is 3,000 tons/year.


3. LO2 requirements: Provide bulk tanker-trailer loads of LO2 into launch pad storage tanks, or NASA-owned tankers.


a. LO2 shall conform to MIL-PRF-25508, Type II, Grade A. Some requests will be for LO2 conforming to 99.85% purity.
b. The best estimated quantity is 4000 tons/yr.
c. Launch support to the Spaceport's 900,000 gallon capacity storage sphere at LC39B.
d. Delivery capability of up to 5 tankers at once and up to 10 tankers in one day.


The description above is not intended to be all encompassing and is subject to change.


The anticipated NAICS code is 325120, Industrial Gas Manufacturing, with a small business size standard of 1000 employees.


Survey:


The Government is issuing this RFI/Survey to ascertain the existence of industry interest, concerns, and conditions in competing within the acquisition strategy described. This is not a solicitation and the items listed herein are subject to change, or elimination from the requirement. The following survey is for market research purposes only. Only contractors capable of performing this type of work should respond to this Request for Information.


Your response to this survey is requested by 5:00 PM EST, February 28, 2018. Please send by email to michael.b.horn@nasa.gov .


1. Name of your firm and address:


2. CAGE Code and/or Unique Entity Identifier (Formally DUNS):


3. Point of Contact, Phone number and EMAIL address:


4. State your firm's level of experience as a prime contractor in performing similar work to the general scope of work listed above. Has your firm supplied propellant, and/or constructed, or modified an ASU/pipeline?


5. Please list and describe successfully completed projects similar to the above referenced type of work:


a) Year Completed:
b) Dollar Amount:
c) General Description of project.
6. Are you a Small Business classified under the above NAICS code? If so, do you fall into a sub-category (e.g. HubZone, 8(a), SDVOSB, WOSB, etc.)?


7. Would you be interested in proposing on this work if it were solicited?


8. What type of pricing model would you prefer to use in the commodities contract?


9. What issues would be of concern/importance regarding construction of an ASU on KSC property?


10. As provided above, NASA KSC contemplates awarding a firm-fixed price requirements-type contract with a long-term period of performance linked to construction, or modification of an onsite or proximate ASU via contracting by negotiation. NASA KSC is interested in comments and suggestions with rationale from Industry regarding an appropriate contract type (if other than firm-fixed-priced requirements) and overall period of performance for any resultant acquisition. Moreover, please clearly distinguish the recommended base (or guaranteed) period from any option periods to extend the term of the contract. This information will be used to support the Agency's ultimate decision on the period of performance, as well as any justification for deviation to authorize a performance period of longer than five years.


11. Please provide any additional information you feel is necessary:


Michael Horn, Contracting Officer, Phone 3218674869, Email michael.b.horn@nasa.gov - Marco Pochy, Lead Contracting Officer, Phone 3218678567, Email marco.l.pochy@nasa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP