Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2020 SAM #6800
SOURCES SOUGHT

99 -- INFLATABLE AERODYNAMIC DECELERATORS

Notice Date
7/10/2020 9:08:21 AM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NASA LANGLEY RESEARCH CENTER HAMPTON VA 23681 USA
 
ZIP Code
23681
 
Solicitation Number
IAD_SS
 
Response Due
8/11/2020 1:00:00 PM
 
Archive Date
08/26/2020
 
Point of Contact
Ceseley Dunbar, Phone: 7578642434, Octavia Hicks, Phone: 7578648510
 
E-Mail Address
ceseley.dunbar@nasa.gov, octavia.l.hicks@nasa.gov
(ceseley.dunbar@nasa.gov, octavia.l.hicks@nasa.gov)
 
Description
NASA/Langley Research Center (LaRC) is hereby soliciting information from potential sources for the Inflatable Aerodynamic Decelerators (IAD). An advance notice is published herein to provide information about required services and to solicit industry input for a potential IAD procurement action. The scope of the IAD procurement would be the development of IAD of technology for space vehicle aerocapture and Entry Descent and Landing (EDL) for atmospheric entry applications in hypersonic, supersonic, transonic and subsonic regimes. A complete IAD system includes, but is not limited to, the inflatable structure, the flexible thermal protection system (FTPS), the packing restraint system for stowage, and the inflation system. This work is divided into four Technical Tracks, as follows: Technical Track A: Design, Manufacturing, and Testing of Inflatable Structures Technical Track B: Design, Manufacturing, and Testing of Flexible Thermal Protection Systems Technical Track C: Design, Manufacturing, and Testing of Gas Generator Inflation System Technical Track D: Aeroshell Integration, Packing, Deployment, and Load Testing The procurement action is intended to result in multiple award IDIQ contracts in each technical track noted above, with an ordering period of five (5) years from award, and the North American Industry Classification System (NAICS) code for this procurement is 541715, Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), with a size standard of 1000 employees (not to exceed). Information Requested: No solicitation currently exists, therefore do not request a copy of the solicitation package. If a solicitation is released it will be synopsized and posted accordingly. Interested parties are requested to submit a capabilities statement detailing the ability to meet the requirements listed in the attached draft Statement of Work. Capabilities statements should be limited to�eight (8) pages and please include any potential teaming/subcontracting partners; 2-3 customer Points of Contact, include: dollar value of the effort, contract type (fixed price, cost reimbursement, FP/CR hybrid, etc.,) and whether the work performed is/was considered commercial or non-commercial as defined in FAR 2.101. Please provide your company�s demographics, (i.e. Other than Small Business, Small business, (8a), Veteran Owned, Woman Owned, and HubZone) and DUNS Number and NAICS code if known. Contractors may respond to all or some of the technical tracks, if qualified. Respondent may provide one capability statement per technical track. Additionally, please address the following items: 1.� Identify key technical challenges that need to be addressed to provide the large scale Inflatable Structures, Flexible Thermal Protection Systems, and/or Gas Generators. 2.� Identify key manufacturing challenges and facility development needed to provide the large scale Inflatable Structures, Flexible Thermal Protection Systems, and/or Gas Generators. 3.� Identify the unique capabilities and facilities that positions your company to provide large scale Inflatable Structures, Flexible Thermal Protection Systems, and/or Gas Generators. 4. Provide your input on the procurement strategy to utilize multiple awards of IDIQ contracts to two or more sources for each technical track. 5. Discuss any challenges with the draft SOW and how the technical tracks are aligned to the work to be performed. This synopsis is for market research and planning purposes only 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 any results of information collected. The information provided will assist the Government in its assessment of the current market and future acquisition planning strategy. All responses shall be submitted to Ceseley Dunbar, Contract Specialist or Octavia Hicks, Contracting Officer at octavia.l.hicks@nasa.gov no later than COB August 11, 2020. For technical questions, please contact Keith Johnson at email r.k.johnson@nasa.gov. There will be a virtual Industry Day for the IAD acquisition on Tuesday, July 28, 2020 from 10:00 AM to 12:00 PM Eastern Time. Potential offerors are responsible for monitoring this site for the release of the solicitation and amendments. Potential offerors are also responsible for downloading their own copy of the solicitation and any amendments.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fef1a100b0c24538a7b9bd57d44996fa/view)
 
Record
SN05718267-F 20200712/200710230202 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.