Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2006 FBO #1817
SOURCES SOUGHT

A -- INNOVATION AIRCRAFT YAW CONTROL EFFECTORS

Notice Date
11/15/2006
 
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
NNL07YAWCONL
 
Response Due
12/15/2006
 
Archive Date
11/15/2007
 
Small Business Set-Aside
N/A
 
Description
This notice is issued by the NASA Fundamental Aeronautics Program, Subsonic Fixed Wing Project as a Request for Information (RFI) on innovative yaw control concepts for subsonic aircraft. This RFI is for planning purposes only. Interested parties are invited to submit ideas and creative approaches for research and development of innovative yaw control concepts. The information received through this RFI will be utilized by NASA to assist in formulating research plans and preparation of a possible competitive solicitation to be released in FY 2007. Responses to this RFI are not, and will not be considered proposals to provide services. This RFI is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results of any government assessments. No awards will be issued as a result of this RFI. Objective: There is broad interest in innovative flight control effectors that break from current design paradigms and offer lower weight, volume and cost, with increased aerodynamic efficiency, while providing comparable lateral/directional stability and higher reliability than existing approaches that utilize an empennage, vertical surfaces, or high drag producing devices such as spoilers or drag brakes. NASA is looking for innovative approaches to provide yaw control for subsonic aircraft that are applicable to the broad range of large transports and smaller unmanned aerial vehicles concepts each with blended-wing-body planforms. The yaw control concepts should be effective from take-off and landing speeds up to high subsonic cruise Mach numbers. The measures of merit for the effector concepts include control effectiveness at all flight regimes, system compatibility (weight, power, volume), minimal perturbations to the aircraft outer mold line, high reliability, low maintenance and operational cost, and a technical path to mature the concept to a flight demonstration level. Novel, innovative, high-payoff solutions are sought with technology readiness levels of 1 or 2. The respondent may also consider applications of existing technologies in a novel way to achieve yaw control. RFI Requirements and Response Preparation Instructions: Interested parties are invited to submit white papers of no more than three pages for each yaw control concept offered. The white paper should include a description of the control concept, including the benefits of the approach and an assessment of the current technology readiness level (TRL) and risk. Respondents should identify the key challenges and provide a development approach for maturing the concept in a multi-phased effort. Interested parties should assume schedule and budget limits of 6 months and $100K limit for Phase I and 18 months and $250K for Phase 2. Phase 2 efforts should extend the concept to TRL 4 by providing analytical and/or experimental proof-of-concept. The white paper should also include information relating to the respondents capabilities and experience in flow control and flight controls. Interested parties submitting multiple concepts are requested to submit a separate white paper for each concept. Responses must also include the following: name and address of firm, size of business using the North American Industry Classification System (NAICS) code of 541710 with a size standard of 500 employees; average annual revenue for the past 3 years and number of employees; ownership; whether large, small, small disadvantaged, 8(a), HUBZone, Veteran, Service Disabled Veteran, and/or Women Owned; number of years in business; list of customers covering the past three years. (Highlight relevant work performed). The company information is not included in the page limit for the white papers. Submission Due Date: The white paper and company information shall be emailed and one paper copy of the white paper and company information shall be sent to the following address by 4:00 EDT no later than December 15, 2006: Liliana J. Richwine NASA Langley Research Center Mail Stop 126 Hampton, VA 23681-2199 Technical questions should be addressed to Mr. Lewis Owens at Lewis.R.Owens@nasa.gov. Contractual questions should be addressed to Liliana Richwine at phone: 757-864-2478, fax: 757-864-7709, E-mail: liliana.j.richwine@nasa.gov. NOTE: DO NOT SEND CLASSIFIED INFORMATION IN RESPONSE TO THIS REQUEST. All information, obtained as a result of this RFI, is intended to be used by the Government for program planning, research investment strategy development, and formulation of a possible solicitation. Government personnel from relevant NASA Centers and/or other Government agencies will review the white papers. As such, to the extent that any information submitted in response to this RFI is marked as proprietary or business-sensitive, submitters are hereby notified that submission of information in response to this RFI constitutes consent to such handling and disclosure of submitted information. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. 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 offeror's responsibility to monitor the Internet site for the release of any synopsis or solicitation and amendments, if any. An ombudsman has been appointed -- See NASA Specific Note "B". The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. The RFI and any documents related to the RFI 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. 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 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#122775)
 
Record
SN01181823-W 20061117/061115225036 (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.