Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 23, 2001 PSA #2983
SOLICITATIONS

A -- FABRICATION OF C/SIC FLAPERON TEST COMPONENT

Notice Date
November 20, 2001
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001
ZIP Code
23681-0001
Solicitation Number
1-109-RCE.1286
Response Due
December 7, 2001
Point of Contact
Betty B. Mayhew, Contract Specialist, Phone (757) 864-2530, Fax (757) 864-7709, Email B.B.MAYHEW@larc.nasa.gov -- James W Sawyer, Research Engineer, Phone (757) 864-5432, Fax (757) 864-7709, Email j.w.sawyer@larc.nasa.gov
E-Mail Address
Betty B. Mayhew (B.B.MAYHEW@larc.nasa.gov)
Description
NASA, Boeing, and AFRL entered into a cooperative agreement to develop the X-37, an experimental reentry vehicle that can be used as a test bed to validate advanced technologies applicable to reusable launch vehicles. The X-37 can be carried into orbit in the bay of the Space Shuttle or launched as a final stage from an expendable launch vehicle. NASA, Langley Research Center (LaRC) led an integrated product development team composed of LaRC, Boeing, B. F. Goodrich, Albany International Techniweave (AIT), Materials Research and Design, and the Air Force Research Laboratory (AFRL) to develop ceramic matrix composite (CMC) control surfaces for the X-37. The team worked closely together to developed C/SiC designs for both the flaperons and ruddervators for theX-37 vehicle. The designs were optimized to minimize the risk for fabrication of the components based on the capabilities of AIT to fabricate the preforms and B. F. Goodrich to densify the preforms with silicon carbide. Detail designs and finite element thermal/stress analysis models were developed for each of the components. However, before full-scale C/SiC test articles could be fabricated, the X-37 program was put on hold for at least one year and work on the C/SiC components terminated. LaRC is proposing to continue the C/SiC development by fabrication of a full-scale C/SiC flaperon using the team design. The component will be used as a test article to verify the design, fabrication and analysis procedure used by the team. Adherence to the team design is necessary so that the large amount of test and analysis work that has been completed can be used in evaluating the structural component. LaRC is seeking contractors that are interested in and capable of fabricating a full-scale C/SiC flaperon test component using the LaRC supplied design. The test component has a maximum span of approximately 60 inches, a maximum chord of approximately 18.5 inches and a maximum thickness of approximately 5 inches. The outer mold lines for the component surfaces have double curvature and will be supplied electronically to the contractor for use in fabricating the component. Data supplied by LaRC and/or generated by the contractor may be ITAR restricted. An electronic copy of the component detailed drawings for use in determining your interest in the program can be obtained by calling James Wayne Sawyer at 757-864-5432 or by e-mail at j.w.sawyer@larc.nasa.gov. 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. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of 10 pages or less indicating the ability to perform all aspects of the effort described herein. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, 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 potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact -- address and phone number). Technical questions should be directed to: James W. Sawyer at (757) 864-5432. Procurement related questions should be directed to: Betty B. Mayhew at (757) 864-2530. 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. All responses shall be submitted to James W. Sawyer no later than December 7, 2001. In responding reference 1-109-RCE.1286. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=23#99438)
Record
Loren Data Corp. 20011123/ASOL018.HTM (D-324 SN5134P6)

A - Research and Development Index  |  Issue Index |
Created on November 20, 2001 by Loren Data Corp. -- info@ld.com