NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback Integrated Acquisition Environment
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

ADVANCED LITHIUM-BASED CHEMISTRY CELL DEVELOPMENT


Synopsis - May 14, 2008
Modification 01 - Posted on May 23, 2008
Solicitation - Posted on Jul 23, 2008
Amendment 01 - Posted on Aug 29, 2008
Amendment 02 - Posted on Sep 19, 2008
WebEx Presentation Slides and Questions/Answers - Posted on Jun 13, 2008
Questions and Answers 2 - Posted on Jul 01, 2008
Questions & Answers 3 - Posted on Jul 24, 2008

General Information
Solicitation Number: NNC08ZRP024R
Posted Date: May 14, 2008
FedBizOpps Posted Date: May 14, 2008
Original Response Date: Jul 25, 2008
Current Response Date: Sep 26, 2008
Classification Code: A -- Research and Development
NAICS Code: 335911 - Storage Battery Manufacturing

Contracting Office Address
 
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

Description
 
NASA Glenn Research Center plans to issue a Request For Procurement for the material scale-up, design, manufacturing, and fabrication of “high energy” and “ultra-high energy” lithium-based cell chemistries for energy storage supporting the next generation of NASA aerospace vehicles, including Altair (the Lunar Lander), Extravehicular Activities, and Lunar Surface Systems (rovers and other surface assets).

Advanced lithium-ion batteries that are safe and possess high specific energies are needed to meet mission requirements. The energy storage subsystem must have minimal mass while meeting the power requirements of the spacecraft, without compromising safety. At the cell level, developed cell chemistries and concepts shall deliver specific energies of at least 260 Wh/kg at C/10 and at 0 degrees C to 100% depth-of-discharge and shall be capable of meeting power requirements while operating at 0 degrees C to +30 degrees C. Maximum continuous discharge rate requirements are expected to be between C/5 and C/2. Charge rate requirements will be benign. Cycle life requirements are 100 to 200 cycles to 80% depth-of-discharge with at least 80% of the initial capacity remaining at end-of-life.

Sample battery cell components of interest for meeting the desired cell-level performance requirements and representative manufacturing processes will be provided to the aerospace cell vendor. Based upon manufacturability studies of the novel materials on the lithium-based vendor’s equipment and performance evaluation in small capacity cells, the aerospace vendor shall scale-up the preferred materials in sufficient quantities to manufacture and deliver “high energy” and/or “ultra-high energy” lithium-based cells of a to-be-determined capacity at a Technology Readiness Level 4 (Component and/or breadboard validation in laboratory environment). NASA will evaluate and test the cells to elevate the cells to a TRL 6 (System/subsystem model or prototype demonstration in a relevant environment (ground or space)). Ultimately, the lithium-based cell designs are planned to be utilized by the Altair, Extravehicular Activities, and Lunar Surface Systems in their energy storage system. The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26.

The NAICS Code and Size Standard are 335911 and 500 respectively.

Portions of this effort are subject to U.S. export control laws and regulations, including International Traffic in Arms Regulations (ITAR). See FAR clause 1852.225-70 Export Licenses. Documentation will only be provided to companies that demonstrate compliance with U.S. export control laws and regulations.

All responsible sources may submit an offer which shall be considered by the agency.

The ANTICIPATED schedule is as follows: The release date of the Draft RFP is on or about May 16, 2008. A WebEx Pre-Solicitation Teleconference is being planned to be held on or about May 27, 2008. The Final Solicitation will be released on or about June 10 with the anticipated proposal due date on or about July 25, 2008.

Prospective offerors shall notify this office of their intent to submit an offer as well as their intent to participate in the WebEx Pre-Solicitation Teleconference. Information regarding the WebEx will be sent out to those who notify us of their interest.

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/GRC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22

It is the offeror's responsibility to monitor the Internet site 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.

ALL CONTRACTUAL TECHNICAL QUESTIONS MUST BE SUBMITTED IN WRITING (E-MAIL OR FAX). TELEPHONE QUESTIONS WILL NOT BE ACCEPTED.


Point of Contact
Name:Richard W Amiot
Title:Contract Specialist
Phone:216-433-6836
Fax:216-433-5489
Email:Richard.W.Amiot@nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at: