SOLICITATION NOTICE
A -- INFLATABLE REENTRY VEHICLE EXPERIMENT - 3 AND OTHER INFLATABLE ANALYSIS ANDDEVELOPMENT
- Notice Date
- 1/7/2010
- Notice Type
- Presolicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton,VA 23681-0001
- ZIP Code
- 23681-0001
- Solicitation Number
- NNL10324801R
- Archive Date
- 1/7/2011
- Point of Contact
- Ceseley Dunbar, Contract Specialist, Phone 757-864-2434, Fax 757-864-8863, Email ceseley.dunbar@nasa.gov - Lisa M. Harvey, Contracting Officer, Phone 757-864-2444, Fax 757-864-8863, Email Lisa.M.Harvey@nasa.gov
- E-Mail Address
-
Ceseley Dunbar
(ceseley.dunbar@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA Langley Research Center plans to issue a Request for Proposal (RFP) for aninflatable reentry vehicle test article for the Inflatable Reentry Vehicle Experiment(IRVE) - 3 project and potentially other inflatable analysis and development.Recentsystems analysis studies indicate that inflatable aeroshells are an enabling technologyfor high mass Mars systems. On August 17, 2009, the IRVE-II project (with a 2.93m (115in)inflatable aeroshell) was launched on a sounding rocket out of Wallops Flight Facility(WFF), with a goal of demonstrating the concept of inflatable reentry vehicles. Duringthe IRVE-II flight, the aeroshell inflated as designed and maintained stability not onlythrough hypersonic reentry but also through the supersonic, transonic and subsonic flightregimes. With this IRVE-II proof-of-concept demonstration, the next logical step is aflight test to increase the heat flux on the inflatable to get closer to a moreoperationally realistic flight environment.NASA LaRC, in conjunction with the Fundamental Aerodynamics Program Hypersonics Project,has initiated IRVE-3 which will build on both IRVE-II and ongoing ground-baseddevelopments, with a primary goal of 5X to 10X higher heat flux than IRVE-II (which was2W/cm2). IRVE-3 will be launched on a Black Brant XI with a 22in (0.55m) shroud. Thetarget ballistic number of the reentry vehicle is double that of IRVE-II, so the payloadbeing decelerated by the aeroshell will be roughly 200kg (441lb), more than the massallocated for the aeroshell. Preliminary estimates of the peak deceleration are on theorder of 25g. Using the initially estimated 25g deceleration value and the 200kgcenterbody mass estimate the preliminary aeroshell/payload interface loading is estimatedto be 49kN (11klbf). Components of the inflatable aeroshell will include: InflatableStructure, Thermal Protection System, Restraint System, and Instrumentation.The contractor shall be responsible for the design, fabrication, structural analysis, andtesting of the inflatable aeroshell (both an engineering development unit as well as aflight article) as an integrated system, as well as support integration of the flightarticle to the rest of the inflatable reentry vehicle and support of IRVE-3 systemtesting. While the statement of work outlined in the upcoming RFP will produce aninflatable article more capable than is required for the flight environment of thisparticular mission, the intent is to feed-forward this technology/capability developmentto flight that will expose the components to more severe environments.This procurement action is intended to result in a performance based contract. TheGovernment does not intend to acquire commercial services using FAR Part 12. See Note 26.This procurement will be full and open. The North American Industry Classification System(NAICS) Code for this procurement is 541712, and the size standard under this code is1,000 employees. All responsible sources may submit an offer which shall be considered bythe agency. The anticipated release date of the RFP is on or about February 1, 2010. Theoffer due date will be approximately on or about March 1, 2010. The Government isanticipating a single award, five (5) year Indefinite Delivery/Indefinite Quantity (IDIQ)hybrid contract with cost plus fixed fee (CPFF) task orders. The initial contract willsatisfy the Government minimum requirement. The contract will have a maximum ceilingamount of $4,000,000. An ombudsman has been appointed. See NASA Specific Note "B". Thesolicitation and any documents related to this procurement will be available on theInternet. The Internet site or URL for the NASA Acquisition Internet Service ishttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=23. Prospective offerors shallnotify this office of their intent to submit an offer. It is the offerors responsibilityto monitor the Internet site for the release of the solicitation and amendments (if any).Potential offerors will be responsible for downloading their own copy of the solicitationand amendments (if any). Any referenced notes may be viewed at the following URLs linkedbelow. All contractual questions shall be submitted in writing (e-mail or fax). Telephonequestions will not be accepted. Please reference NNL10324801R IRVE-3 in any response.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/LaRC/OPDC20220/NNL10324801R/listing.html)
- Record
- SN02037157-W 20100109/100107235322-0ae0b821608059be58de0ed9346f3bdd (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 |