Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2005 FBO #1327
SOLICITATION NOTICE

A -- SPACE FLIGHT STUDIES

Notice Date
7/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.S, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NNG05119463Q
 
Response Due
7/28/2005
 
Archive Date
7/13/2006
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for preliminary design and analyses efforts for the Lunar Reconnaissance Orbiter (LRO) Propulsion Subsystem (LPS) propellant tank and nutation analysis efforts for the entire tank set. The tanks will have a Propellant Management Device (PMD) or diaphragm to ensure gas free propellant delivery during mission. The basic objective of this effort is to produce a timely and mature LRO PMD design which will result in only a single nutation drop tower test cycle. The detailed objectives of this effort are twofold: 1. Design an LRO mission specific PMD for the main tank. Since the main tank has not yet been defined, a nominal tank volume of 45,200 cubic inches with a cylinder ID=35.26? will be assumed for the tank. The maximum fill fraction is 98.5% of this volume. A different tank geometry may be selected for analysis with approval of the GSFC COTR. 2. Incorporate the conceptual PMD + tank into a model of the stack (preferably an analytical model) and calculate the nutation time constant for both pre- 3rd stage ignition and post- 3rd stage ignition. 3. Incorporate conceptual nutation control devices into the tank model as required until acceptable nutation performance results. The nutation control device concepts are not allowed to violate the tank shell qualification. The design may require iteration between 1. - 3. above until the nutation time constant requirements are met. Only drop tower test results of nutation data are currently accepted by the launch vehicle vendor. For a configuration to be considered acceptable based on analytical results there must also be a high degree of confidence that drop tower testing will verify the acceptability of a configuration. This effort must produce detailed data with analyses consistent with both hardware lead times and drop tower test scheduling. The current best estimate need time for producing an initial analysis (not including completed analyses and final report) is 60 calendar days ARO. The PMD design shall be considered property of the Contractor (as is customary) and may not be used by other contractors to produce flight PMD tanks unless a written agreement allowing an information transfer is executed. The PMD design shall be available for use in NASA programs. The provisions and clauses in the RFQ are those in effect through FAC 01-99. The NAICS Code and the small business size standard for this procurement are 541710 and 1,000 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA/Goddard Space Flight Center is required within 3 months ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9 Offers for the items(s) described above are due by July 28, 2005 by 4:30pm E.S.T to Cassandra Atkinson, Bldg. 26/Rm. 235, Greenbelt, MD 20771 or email at Cassandra.K.Atkinson@nasa.gov and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JAN 2005), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable 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 contractual and technical questions must be in writing (e-mail or fax) to Cassandra.K.Atkinson@nasa.gov or 301-286-1773 not later than July 31, 2005. Telephone questions will not be accepted. Contact Cassandra Atkinson for an electronic version 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 merit, price, and past performance. Other critical requirements such as Delivery, Maintenance, etc shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51 . Potential offerors will be responsible for downloading their own copy of this combination 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=51#116409)
 
Record
SN00846691-W 20050715/050713212808 (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.