Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 13, 2005 FBO #1417
SOURCES SOUGHT

A -- LANDING ATTENUATION SYSTEMS FOR EARTH ENTRY CAPSULES

Notice Date
10/11/2005
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
LAS-101105-LCT
 
Response Due
10/24/2005
 
Archive Date
10/11/2006
 
Description
NASA/LaRC is hereby soliciting information about potential sources to participate in the development of a landing attenuation system for the Crew Exploration Vehicle (CEV). NASA envisions this development project to include trade studies, energy absorber design, and characterization tests of candidate landing system configurations. NASA is currently conducting market research to identify firms with specialized expertise in the design, analysis, and fabrication of energy absorbers capable of meeting the preliminary CEV landing specifications listed below. Candidate energy absorber concepts include, but are not limited to air bags, crushable structures, and energy absorbing landing struts. Preliminary CEV Landing Attenuation System Specifications: The following landing attenuation system specifications are preliminary and therefore subject to change. The specifications are intended to depict the general performance envelope of the anticipated landing attenuation system. Specific, more-detailed performance requirements will be developed by the Government at a later date. 1. The landing attenuation system shall be designed for a CEV landing within a Government-controlled land range in the continental United States, but must also be suitable for off-nominal water landings associated with launch abort scenarios. 2. The landing attenuation system shall reduce the landing loads of the CEV to within human-acceptable limits. The human-acceptable limits will be defined by the Government at a later date. 3. The landing attenuation system shall prevent the CEV capsule from over-turning or rolling over during or after landing. 4. The landing attenuation system shall operate within acceptable limits for the following ranges of landing conditions: Landed CEV Mass: 9,000 to 12,000 kg Landing Velocity (Vertical): 6 m/sec to 8 m/sec Landing Velocity (Horizontal): 0 m/sec to 8 m/sec Capsule Attitude: 0 degrees to 15 degrees relative to surface 5. The landing attenuation system shall stow within the available volume within the CEV capsule, be capable of withstanding extended duration space environments, and then be capable of being deployed during the CEV terminal descent at Earth. The available CEV volume will be provided by the Government at a later date. 6. The landing attenuation system shall be capable of being successfully deployed at angles-of-attack up to +/- 20 degrees during the CEV terminal descent. 7. The landing system shall be at a state of technological readiness such that a full-scale system can be designed, fabricated, and tested no later than November 1, 2006. When responding to this RFI, respondents shall address their capabilities and experience in the areas listed below. a) Design of landing attenuation systems for aerospace hardware, with specific emphasis on human-rated systems. b) Energy absorber system analysis and modeling including deployment modeling and impact dynamic analysis. c) Development testing and qualification testing of energy absorber systems including flight tests and drop tests. d) Fabrication of energy absorber systems and related deployment systems. Respondents shall emphasize how their stated capabilities and experience relate to the specific performance requirements and challenges associated with developing the CEV landing attenuation system. Interested respondents shall include a narrative that explains their actual capability and experience in the design, analysis, fabrication and testing, of deployable impact attenuation systems for aerospace applications. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement indicating the ability to perform all aspects of the effort described herein. Written responses shall be limited to ten (10) pages, # 12 pt, Times New Roman font, ?? margins (top, bottom and sides). Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). Technical questions should be directed to: Mr. James Corliss at: James.M.Corliss@nasa.gov. Procurement related questions should be directed to: Mr. Tom Weih at: Carl.T.Weih@nasa.gov. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to Jim Corliss (James.M.Corliss@nasa.gov) no later than October 24, 2005. Please reference LAS-101105-LCT in any response. 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#117968)
 
Record
SN00914143-W 20051013/051011212104 (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  © 1994-2020, Loren Data Corp.