Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2003 FBO #0612
MODIFICATION

A -- HYPERSONIC FLIGHT VEHICLE DEMONSTRATORS, SYSTEMS ANALYSIS AND TECHNOLOGIES

Notice Date
8/1/2003
 
Notice Type
Modification
 
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
1-204-OCB.1191
 
Response Due
9/12/2003
 
Archive Date
8/1/2004
 
Point of Contact
Krista Y Jensen, Contract Specialist, Phone (757) 864-2812, Fax (757) 864-7709, Email Krista.Y.Jensen@nasa.gov - Rosemary C. Froehlich, Contracting Officer, Phone (757) 864-2423, Fax (757) 864-8863, Email Rosemary.C.Froehlich@nasa.gov
 
E-Mail Address
Email your questions to Krista Y Jensen
(Krista.Y.Jensen@nasa.gov)
 
Description
NOTE: All previous postings related to this procurement (Synopsis, Draft RFP, and Amendments) have been re-posted today to correct errors, such as incorrect and duplicate Draft RFP Amendment numbers. The only new posting made today on this procurement is this synopsis. NASA Langley Research Center plans to issue a Request for Proposal (RFP)for Hypersonic Flight Demonstrators, Systems Analysis and Technologies on or about August 18, 2003. The award of multiple cost-plus-fixed-fee indefinite delivery/indefinite quantity (IDIQ) contracts is expected. The objective of these task order contracts is to perform the conceptual and/or early design phase activities for access-to-space vision vehicles and hypersonic flight demonstrator vehicles, including associated technology development, system and subsystem build, integration, and test. Specific work areas include 1) Systems Analysis in support of a comprehensive, disciplined process of requirements-driven systems engineering and analysis as applied to a broad spectrum of future generation reusable space transportation systems, to include concepts of operation; system requirements, characteristics, and architectures; and conceptual system designs to serve as the basis for evaluating the impact of portfolios of advanced technologies; 2) Hypersonic Flight Vehicle Demonstrators, encompassing conceptual and preliminary design of reusable and expendable hypersonic flight vehicles whose objectives are focused on demonstration in flight of critical technologies in support of the goals of the Next Generation Launch Technology (NGLT) Program; 3) High-Speed Airbreathing Propulsion Technology Development, encompassing analysis and technology development for high-speed propulsion systems. This high-speed propulsion includes but is not limited to dual-mode scramjet, turbine-based combined cycle, and rocket-based combined cycle as well as propulsion-airframe-integration. Tasks in this area will address NGLT program goals of providing increased performance margin, increased weight margin and increased operational margin. This procurement supports NASA's leadership role in development of access to space and hypersonic technology demonstrator flight vehicles and the related technologies supporting the NGLT Program. The period of performance of the contracts is expected to be sixty (60) months. The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. The NAICS Code and Size Standard are 541710 and 1,500 employees, respectively. An ombudsman has been appointed -- See NASA Specific Note "B". The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. All responsible sources may submit an offer which shall be considered by the agency. All offerors shall provide current evidence of registration with the Department of State, Directorate of Defense Trade Controls with their proposal as one of the criteria to be determined responsible. The website for the Department of State, Directorate of Defense Trade Controls is http://www.pmdtc.org/reference.htm and it sets forth the instructions for registration. Offerors shall provide a copy of the registration letter received from the Department of State or their PM/DTC Code. The registration letter or PM/DTC code shall be included in the proposal. Failure to provide such evidence of registration with Department of State, Directorate of Defense Trade Controls shall result in the offeror's proposal being rejected as unacceptable. Proposed subcontractors are not required to provide the evidence of registration required above. The anticipated release date of the RFP is on or about August 18, 2003, with an anticipated offer due date of on or about September 18, 2003. The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in Microsoft Office 97 format and 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=C&pin=23 Prospective offerors shall notify this office of their intent to submit an offer. 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.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=23#106911)
 
Record
SN00390288-W 20030803/030801214113 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.