SOURCES SOUGHT
A -- REENTRY VEHICLE MID-AIR RECOVERY SYSTEMS
- Notice Date
- 2/9/2004
- Notice Type
- Sources Sought
- Contracting Office
- NASA/Goddard Space Flight Center, Wallops Flight Facility, Code 210.W, Wallops Island, VA 23337
- ZIP Code
- 23337
- Solicitation Number
- RVMRS750-GBC
- Response Due
- 2/24/2004
- Archive Date
- 2/9/2005
- Point of Contact
- Andrew S Dennis, Contract Specialist, Phone (757) 824-1066, Fax (757) 824-1974, Email Andrew.S.Dennis@nasa.gov - James R. Dolan, Contracting Officer, Phone (757) 824-2587, Fax (757) 824-1974, Email James.R.Dolan@.nasa.gov
- E-Mail Address
-
Email your questions to Andrew S Dennis
(Andrew.S.Dennis@nasa.gov)
- Description
- THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. NASA Goddard Space Flight Center/Wallops Flight Facility (GSFC/WFF) is seeking qualified sources capable of design, fabrication, integration, and testing of mid-air recovery systems for hypersonic reentry vehicles in support of the Hypersonic Technology Experiments (HyTEx) project. It is anticipated that performance will be for approximately 18 months in support of the HyTEx Proof-of-Concept mission, with options for up to seven follow-on missions over the next five years. The purpose of the HyTEx project is to develop and implement a low-cost hypersonic test bed for the flight qualification of thermal protection systems, hypersonic flight control systems, sensors, communication systems, and other avionics. A critical project requirement is the recovery of reentry vehicles for post-flight analysis of experiments. Each HyTEx mission will consist of the launch of a reentry vehicle weighing approximately 750 pounds on a suborbital rocket launched from Wallops Island, Virginia, atmospheric reentry and hypersonic cruise along a programmed trajectory, parachute subsystem deployment, and mid-air recovery operations being conducted hundreds of miles downrange over open ocean. The designated recovery point for each mission is anticipated to be no more than 100 miles from land. NASA will provide helicopters and flight crews for mid-air recovery operations. Anticipated contract requirements include fabrication of parachute subsystems designed for maximum descent time from deployment at Mach 1.5 and an altitude of 50,000 feet above sea level; fabrication of specialized mid-air recovery hardware designed for integration with NASA-provided helicopters; design and fabrication of back-up water recovery subsystems; integration of tracking avionics on recovery helicopters; delivery of parachute systems for mid-air retrieval testing and training; simulated deployment testing; training of flight and ground crews; mission operational support; design, safety, and training documentation; safety and design review support; and fabrication quality assurance documentation. 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 potential offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis. Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, brochures, and references. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. This sources sought synopsis is provided to assure inclusion of interested firms on the eventual solicitation source list and should not be seen as a formal solicitation document from which a contract will be awarded. A formal synopsis of this procurement will be published electronically and in the Commerce Business Daily, pursuant to FAR 5.2. The solicitation and any documents related to this procurement will be available over the Internet -these documents will reside on the World-wide Web (WWW) server which may be accessed using client browsers, such as MOSAIC or NETSCAPE. It is the offeror's responsibility to monitor this site for solicitation release. Potential offerors will be responsible for downloading their own copy of the solicitation. Electronic versions of the documents will be provided on the World Wide Web at http://genesis.gsfc.nasa.gov/procure.htm , and by anonymous ftp to genesis.gsfc.nasa.gov/public/web/solicita.*****. 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 Mr. Andrew S. Dennis no later than February 24, 2004. Please reference RVMRS750-GBC in any response. 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=51#108858)
- Record
- SN00519068-W 20040211/040209215904 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |