This is a Request for Information (RFI) Notice and is for INFORMATION PURPOSES ONLY. This IS NOT a REQUEST for PROPOSALS, QUOTATIONS, or BIDS. Responses to this request will not be returned. It is the intent of the Contracting Office to use this information for market research purposes only and to determine the best acquisition strategy for this requirement. The survey is being conducted to determine the interest of industry within NAICS code #335910 and PSC code #6140 and establish that there are adequate Large and/or Small Business contractors for providing JSC-20793 Rev D. qualified batteries. The Government WILL NOT pay for the provision of any information, nor will it compensate any respondents for the development of any such information.
The National Aeronautics and Space Administration (NASA) Goddard SpaFlight Center (GSFC) is conducting market research for the procurement of JSC-20793 Rev D. qualified batteries for the Lunar Experiment Support System and Handling (LESSH) project for future astronaut missions related to Artemis and Moon to Mars architecture. The batteries shall be a customizable package for subset of competitively selected instruments that astronauts will employ during future moon surface operations. The design is meant to fill the gap between large and long duration instruments and small, short handheld ones.
NASA anticipates issuing a firm fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The ordering duration is undetermined at this time, but is not anticipated to exceed 5 years.
End Item Specifications requirements for the battery:
- Volume: No larger than 2”x6”x9”
- Voltage: 20V-33.6V
- Certified or in the process of being certified to JSC-20793 Rev D
- Lithium-ion cell chemistry
- Possibility for modular configuration
- At least 3Ahr of capacity at 23°C
- Discharge temperature -20°C to 50°C, charge 0°C to 50°C[RF2]
- Cell voltages as a telemetry requirement per the JSC-20793 guidelines
Note: When discussing capability, vendors must consider NASA will not pay for development or non-recurring engineering costs as part of this planned procurement.
Questions for Response
- Do you have the current capability to provide the required batteries? If no, when do you anticipate having the capability and what is your current status of development?
- Are your batteries commercially available, or do you intend for them to be commercially available?
- What is the anticipated lead time for delivery once an order is placed? At this time can you meet a delivery date of December 2026 for up to 16 batteries. If so, when would you require an order to be placed?
- Are there economic quantities (e.g. Lot sizes) that you believe the Government should consider?
- Are there other supply chain management, logistics planning, forecasting production requirements, long-lead time parts procurement, diminishing manufacturing sources and material shortage issues the Government should take into consideration?
- Do you intend to subcontract if so what percentage?
Vendor responses should include:
- Vendor name
- Vendor’s Unique Identifier Number and CAGE Code(s).
- Identification of the vendor’s small business status.
- Product literature demonstrating the capability or planned capability showing the firm’s ability to provide the required batteries.
- Descriptions of Experience – Interested vendors must provide no more than (3) example projects completed, or significantly completed (i.e. 90%) in the past 5 years where the interested firm served as the prime contractor. Example projects must be of similar size and scope, specifically experience with and passing the testing of JSC-20793 Rev D or similar requirements.
- Responses to the questions listed above.
- Estimated unit/lot pricing, if available.
NOTE: Total submittal package shall be no longer than 5 pages. Please only include a narrative of the requested information; additional information will not be reviewed.
Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 50% of the cost of the contract with the firm’s own employees for a supply-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished.