Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2008 FBO #2313
SOLICITATION NOTICE

A -- SIMULATION OF LAUNCH ABORT SYSTEM EXHAUST PLUMES - SHOCK NOISE EFFECTS AND HEATED HELIUM PLUME TESTS

Notice Date
3/25/2008
 
Notice Type
Solicitation Notice
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA08242833Q-AMD
 
Response Due
4/9/2008
 
Archive Date
3/25/2009
 
Point of Contact
Marianne Shelley, Contracting Officer, Phone 650-604-4179, Fax 650-604-0932, Email Marianne.Shelley@nasa.gov - Rachel Khattab, Contracting Officer, Phone 650-604-5237, Fax 650-604-0932, Email Rachel.Khattab@nasa.gov
 
E-Mail Address
Email your questions to Marianne Shelley
(Marianne.Shelley@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/ARC has a requirement for heated jet and heated helium experiments for simulation of launch abort system exhaust plumes with downstream surfaces (Phase 3) - with shock noise effects and heated helium plume tests. NASA/ARC intends to purchase the items from Sustainable Technology, LLC of Tallahassee, FL 32309-3244 under the authority of FAR Part 13.106-1(b), for the acquisition of services determined to be reasonably available from only one source. The contractor's hot jet test facility is the only facilty that has the jet flow rate and heating capacity, spatial range, model positioning and data measurement system that are required to perform this work. This task is a follow-on to two previous purchase orders issued by NASA Ames Research Center to Sustainable Technnology wherein the contractor has acquired an extensive base of flow measurements (velocity, temperature, noise field) for the specific jet conditions required for this study. It is likely that award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition. The objectives of this work include the following: 1. Extend the findings from the Phase 1 and 2 heated jet experiments to include the effects of shock noise. This will be accomplished by acquiring pressure fluctuation data for a simulated Crew Exploration Vehicle surface exposed to hot, warm and cold exhaust plumes at the spatial regions examined in the Phase 2 study. 2. Acquire flow field and near-field acoustic data for a heated helium jet operating at conditions that simulate previously obtained heated jet conditions. Flow field data will be obtained for specific heated plumes that were examined in Phase 2. 3. Determine the proper acoustic scaling, if any, for using helium as a substitute for a high temperature supersonic jet. The contractor shall perform the following: 1. Set up the model experiment in the contractor-provided hot jet aeroacoustic facility to measure unsteady surface pressures on Government-provided models equipped with Government-provided unsteady pressure transducers, to document shock-associated noise and the effects of helium gas on near-plume noise levels and spectra. 2. Mount the model on the contractor's model positioning system and acquire data while operating the contractor's hot jet facility at a predetermined set of flow conditions and positioning the model at a predetermined set of positions and orientations. 3. Provide measurements of data including unsteady surface pressure signals, thermal sensors, jet conditions of temperature and flow rate, near-field microphone levels and jet flow plume total pressure. 4. The contractor shall provide all data in tabular/graphical format, including flow data from previous studies where applicable, to document flow conditions and characteristics. The Government intends to acquire a commercial item using FAR Part 12. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 4:30 p.m. Pacific time on April 9, 2008. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. An Ombudsman has been appointed. See NASA Specific Note "B". Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#129334
 
Record
SN01541360-W 20080327/080325225804 (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.