Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2005 FBO #1265
SOLICITATION NOTICE

A -- RESEARCH AND DEVELOPMENT FOR FLOW AUGMENTED THERMAL MANAGEMENT FOR ENTRY AND RE-ENTRY ENVIRONMENTS

Notice Date
5/12/2005
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NNM05113503Q
 
Response Due
5/21/2005
 
Archive Date
5/12/2006
 
Description
NASA/MSFC plans to issue an RFQ for research and development purposes for Flow Augmented Thermal Management for Entry and Re-Entry Environments. The RFQ will be a Sole Source solicitation to HyPerComp, Inc. HyPerComp has teamed with NASA for the NASA HQ Human and Robotic Technology proposals. HyperComp has made important contributions to the concept development and implementation approach for the Flow Augmented Thermal Management for Entry and Re-entry Environments which is the subject of the joint effort. HyPerComp has also developed the necessary computation tools and software algorithms for the successful analysis, simulations, and validation of the Flow Augmented Thermal Management Project. HyPerComp has experience in the modeling, analysis, simulation and validation of Long Penetration Mode (LMP) counterflowing jets to augment and mitigate the harsh aerothermodynamic environments of entry and re-entry environments of planetary atmospheres. This notice is being issued in accordance with FAR 5.201. The NAICS Code is 541710. This procurement is a total small business set-aside. Attached to this solicitation is NASA's statement of work (SOW) concerning the required specifications for the work needing to be performed. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than May 21, 2005, 4:30 p.m. Eastern Standard Time. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice is solely within the discretion of the government. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All responses must be in writing via e-mail or fax to Janet Appleton (e-mail address- janet.appleton@msfc.nasa.gov) not later than May 21, 2005. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical expertise and price. Other critical requirements: It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). An ombudsman has been appointed -- See NASA Specific Note "B". Potential offerors will be responsible for downloading their own copy of this synopsis/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=62#115503)
 
Record
SN00806347-W 20050514/050512212641 (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.