Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2007 FBO #1906
SOURCES SOUGHT

Z -- PSL 2007

Notice Date
2/12/2007
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
3-PSL-2007
 
Archive Date
2/12/2008
 
Small Business Set-Aside
N/A
 
Description
NASA Glenn Research Center is seeking qualified Small Businesses, Small Disadvantaged Business, which also includes those that are Women-Owned, HUBZone,and Service-Disabled-Veterans,or 8(a) firms capable of Design/Build for The Propulsion Systems Laboratory (PSL) at the NASA Glenn Research Center (GRC) has two large altitude engine test cells, PSL-3 and PSL-4, capable of simulating turbine engine flight conditions from approximately 4,000 feet in altitude up to 80,000 feet, with flight Mach numbers from 0 to 3.0. This capability includes the ability to simulate the air temperature corresponding to the selected altitude and flight Mach number. Each test cell is 39 feet in length, 24 feet in diameter and consists of an inlet plenum section, a test chamber section and an exhaust section. NASA Glenn Research Center is seeking a qualified contractor capable of designing, fabricating and installing an icing system for PSL Cell 3.The scope of this project is to install a system that can simulate inlet icing conditions for turbine engines in the PSL through the range of altitude and flight Mach Numbers under which icing conditions can be experienced. The icing system shall be designed to obtain the specific icing certification conditions presented in the following table within the following overall range for each parameter. Note the ice crystals are separated into 2 distinct requirements. Supercooled Water Droplet Icing IceCrystals 1 Ice Crystal 2 Altitude(feet) 5,000 to 25,000 4,000 to 40,000 4,000 to 40,000 Total Inlet Air Temperature (?F) -22 to + 30 -60 to +32 -60 to +10 Mach number 0.15 to 0.60 0.15 to 0.60 0.15 to 0.6 Inlet Air Flow rate (pounds per second) 10 to 330 10 to 330 10 to 330 Liquid Water Content (gm/m3) 0.2 to 2.2 Median Volumetric Diameter (microns) 15 to 40 Droplet Diameter (microns) Ice Water Content (gm/ m3) 0.5 to 4.0 05. to 9.0 Mean Ice Particle Diameter (microns) 40 to 60 40 to 60 Horizontal Extent (km) 5 to 500 5 to 500 5 to 500 Run time per test condition 10 to 45 minutes 45 minutes 15 minutes NOTE: The above table can be emailed upon request. The system shall be capable of supplying a uniform spray across a nozzle array with variable water content as prescribed above. The droplet diameter shall be ?3 microns for each condition. The water flow rate per nozzle shall not vary more than ?3% across the nozzle array. The Liquid Water Content at the test article shall be ? 5% (repeatability) and ? 10% (uniformity) for each condition. For steady state test conditions the cloud shall stabilize in less than 5 seconds from the initiation of water flow to the nozzles. For transient conditions the cloud shall stabilize in less than 5 seconds based on: 1) no change in air temperature, 2) ?50% change in mean LWC, and 3) +50 /-20% changes in MVD. The distribution across the cloud at the test article face shall not exceed ?20% of the bulk average value on the test plane. The Ice Water Content at the test article shall be ? 5% (repeatability) and ? 15% (uniformity) for each condition. The ice particle mean diameter shall be ? 15% for each condition. The ice and liquid water systems shall have sufficient storage capacity to allow for five 45-minute test runs during an 8-hour run shift. The enhancements are intended not to interfere with or reduce any of the existing capabilities of the Propulsion Systems Laboratory. The spray systems for both the ice and liquid water systems shall be removable from the test cell. It is assumed that the enhancements may be installed and removed multiple times over the life of the facility. The removal and installation of the spray system shall not exceed five working days. NO SOLICITATION EXISTS; THEREFORE, DO NOT REQUEST A COPY OF THE SOLICITATION. If a solicitation is released it will be synopsized in the CBD and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these cites for the release of any solicitation or synopsis. In order to ascertain the method of procurement for the Design/Build services outlined above, qualified Small Businesses, Small Disadvantaged, HUBZone, Women-Owned Small Business, and/or 8(a) firms are invited to submit a ?CAPABILITY STATEMENT? to the NASA Glenn Research Center. Information to be provided SHALL include, but not limited to, name and address of firm, size of business; average annual revenue for the past 3 years and number of employees; ownership, whether they are 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 you are interested as a potential subcontractor); list of customers covering the past 3 years(highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and points of contact- addresses and phone numbers). CAPABILITY STATEMENTS SHALL BE NO LONGER THAN 5 PAGES IN LENGHTH AND ADDRESS THE ABOVE REQUIREMENTS. Technical and procurement related question shall be directed to: Lupson, Erick N., 21000 Brookpark Road, mail Stop 500-312, Cleveland, Ohio 44135. Capability Statements SHALL be submitted no later than March 12, 2007. 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 as small business, or HUBZone,Service-Disabled-Veterans,or 8(a) set-aside based on responses hereto. All responses shall be submitted to Lupson, Erick N. no later than March 12, 2007. In responding reference Propulsion Systems Laboratory (PSL). 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. 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=22#123578)
 
Record
SN01230828-W 20070214/070212223853 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.