Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2005 FBO #1488
SOLICITATION NOTICE

A -- DATA FOR PROPULSIVE LANDING SYSTEMS FOR EARTH ENTRY CAPSULES

Notice Date
12/21/2005
 
Notice Type
Solicitation Notice
 
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
NNL06LCT-Propulsive-System
 
Response Due
1/6/2006
 
Archive Date
12/21/2006
 
Description
NASA/LaRC plans to issue a Request for Proposal(RFP) for Data for PROPULSIVE LANDING SYSTEMS FOR EARTH ENTRY CAPSULES. NASA/LaRC has a requirement for component data, performance data, and consulting services associated with propulsive landing systems for the Crew Exploration Vehicle (CEV). NASA intends to procure the propulsive landing system data and consulting services as a non-commercial item using FAR Part 15. NASA intends to award at least one (1), but no more than two (2) contracts depending on responses received. Results and data from the contract(s) will be used to assist NASA in developing a propulsive landing system design for the CEV. The resulting propulsive landing system design will be evaluated against alternative CEV landing system concepts as part of a landing system trade study being conducted by NASA. The base period of the contract(s) will be approximately 120 calendar days. NASA intends to include two Options in addition to the base contract. The Option 1 period of performance will be approximately 180 calendar days from the day the Option is exercised, and is intended to include additional propulsive landing system design and analysis support, as well as the design, fabrication, delivery, and testing support of propulsion system components. The Option 2 period of performance will be approximately 365 calendar days from the day the Option is exercised, and is intended to include additional propulsive landing system design and analysis support, as well as the design, fabrication, delivery, and testing support of propulsive system components. 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 propulsive landing system. Specific, more-detailed performance requirements will be developed by the Government at a later date. (1) The landing 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 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 system shall prevent the CEV capsule from over-turning or rolling over during or after landing. (4) The landing system shall operate within acceptable limits for the following ranges of landing conditions: a) CEV weight of approximately 21,000 pounds; b) vertical landing velocity of approximately 22 ft/sec to 35 ft/sec; c) horizontal landing velocity of approximately 0 ft/sec to 51 ft/sec; d) a capsule attitude of approximately 0 to 20 degrees. (5) The landing 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 NASA at a later date. (6) The landing 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 before September, 2007. 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 1,000 employees respectively. All responsible sources may submit an offer which shall be considered by the agency. The anticipated release date of the RFP is on or about January 31, 2006 with an anticipated offer due date 30 days from the release date of the RFP. An ombudsman has been appointed -- See NASA Specific Note "B". The solicitation and any documents related to this procurement will be available over the Internet. These documents 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=D&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. All contractual technical questions must be submitted in writing (e-mail or fax). Telephone questions will not be accepted.
 
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#118507)
 
Record
SN00956392-W 20051223/051221212754 (fbodaily.com)
 
Source
FedBizOpps 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.