Status Report

NASA LaRC Solicitation: In-Space Additive Manufcturing Systems

By SpaceRef Editor
August 15, 2011
Filed under , ,

Synopsis – Aug 15, 2011

ATTACHMENT 1 – Posted on Aug 15, 2011

General Information

Solicitation Number: NNL11OCTGCD-1
Posted Date: Aug 15, 2011
FedBizOpps Posted Date: Aug 15, 2011
Recovery and Reinvestment Act Action: No
Original Response Date: Sep 15, 2011
Current Response Date: Sep 15, 2011
Classification Code: A — Research and Development
NAICS Code: 541712 – Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)

Contracting Office Address

NASA/Langley Research Center, Mail Stop 12, Industry Assistance Office, Hampton, VA 23681-0001

Description

The National Aeronautics and Space Administration (NASA) is conducting studies for in-space additive manufacturing (ISAM) subsystems and replacement parts to enable economical, on-demand, servicing of space systems. In addition, in-space manufacturing will permit the re-purpose of items no longer needed, such as cargo and food packaging. Recent developments in near net shape fabrication using additive manufacturing technology, also known as rapid prototyping and 3-D printing, have made possible the direct manufacture of useful parts from digital CAD files. Various materials technologies are being developed to achieve higher precision and speed of manufacture. In addition, new materials from plastics, elastomers, and metals are being used to achieve the desired strength, stiffness and other functionalities such as thermal and electrical conductivity.

The purpose of this request for information (RFI) is to obtain information to support the formulation of future technology development projects to develop in-space manufacturing capabilities that could exist as stand-alone, robotic tended systems, smaller systems that can be integrated with human tended vehicles, and surface manufacturing systems that can utilize in-situ resources. Advanced system concepts that include integration/fabrication of electrical devices are also sought. NASA is soliciting industry’s comments and areas for the government to consider relative to the ISAM project concept.

Objectives of this RFI include the following: 1) Gathering information from potential providers on the conceptual approach to development the proposed ISAM project and identify alternative in-space manufacturing approaches; 2) Identifying provider capabilities to meet the required capabilities and identify areas that affect cost, risk, and schedule; 3) Gathering information that may support the development of a future acquisition strategy.

In addition to the objectives above, the questions provided in Attachment 1 are specifically of interest to the Government. Interested parties should submit a response of twelve (12) pages or less addressing the questions included in Attachment 1. NASA appreciates responses from all capable and qualified sources that meet the following format:

1) Section 1 – A non-proprietary cover sheet that identifies this RFI by number and title, name and address of the organization providing the response, responders technical and administrative points of contact, to include name, title, postal address, phone and fax number, and e-mail address.

2) Section 2 – Responses to the questions provided in Attachment 1, along with any additional comments thought useful.

3) Section 3 – Description of company capabilities and past experience believed applicable to the project.

Responses must also include the following: size of business; average annual revenue for past 3 years and number of employees; ownership; 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, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact – address and phone number). Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. The information above is separate from the responses to questions in Attachment 1 and is not included in the 12 page limitation.

All responses are to be for general access by Government evaluators. If so requested in your response, all information received from this RFI will be considered confidential and proprietary, however, NASA may use responses to aid the drafting of an open solicitation for research investigations. It is not NASA’s intent to publicly disclose proprietary information obtained during this RFI. To the full extent that it is protected pursuant to the Freedom of Information Act and other laws and regulations, information identified by a respondent as “Proprietary or Confidential” will be kept confidential. It is emphasized that this RFI is for planning and information purposes only and is NOT to be construed as a commitment by the Government to enter into a contractual agreement, nor will the Government pay for information solicited.

Responses shall be no more than 12 pages and should be forwarded to Dr. W. Keith Belvin (w.k.belvin@nasa.gov) via electronic transmission by September 15, 2011.

No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror’s responsibility to monitor these sites for the release of any solicitation or synopsis.

Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto.

Technical questions should be directed to W. Keith Belvin (w.k.belvin@nasa.gov). All other questions should be directed to LaShonda Jacobs-Terry (Lashonda.p.jacobs-terry@nasa.gov).

An ombudsman has been appointed — See NASA Specific Note “B”.

The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/LaRC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=23 It is the offeror’s responsibility to monitor the Internet cite for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments, if any.

Any referenced notes may be viewed at the following URLs linked below.

Point of Contact

Name: LaShonda P. Jacobs-Terry
Title: Contract Specialist
Phone: 757-864-2359
Fax: 757-864-9775
Email: Lashonda.P.Jacobs-Terry@nasa.gov

Name: Lisa M. Harvey
Title: Contracting Officer
Phone: 757-864-2444
Fax: 757-864-8863
Email: Lisa.M.Harvey@nasa.gov

SpaceRef staff editor.