SPECIAL NOTICE
A -- PROGRESSIVE COMPETITION TO CONDUCT ADVANCED VEHICLE CONCEPTS SYSTEM STUDIESFOR SUBSONIC COMMERCIAL TRANSPORT AIRCRAFT ENTERING SERVICE IN THE 2030-2035 PERIOD.PHASE 2 NRA - NNH08ZEA001N-SSFW1
- Notice Date
- 2/5/2010
- Notice Type
- Special Notice
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNH08ZEA001N-SSFW1
- Archive Date
- 2/5/2011
- Point of Contact
- Melissa A Merrill, Contract Specialist, Phone 216-433-6359, Fax 216-433-5489, Email Melissa.A.Merrill@nasa.gov - Kim Pham, Aeropropulsion Research Program Office, Phone 216-433-2343, Fax 216-433-2182, Email Kimlan.T.Pham@lerc.nasa.gov
- E-Mail Address
-
Melissa A Merrill
(Melissa.A.Merrill@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- This announcement replaces the information provided by the following announcementposted on January 8, 2010:PROGRESSIVE COMPETITION TO CONDUCT ADVANCED VEHICLE CONCEPTS SYSTEM STUDIES FOR SUBSONICCOMMERCIAL TRANSPORT AIRCRAFT ENTERING SERVICE IN THE 2030-2035 PERIOD. PHASE 2 NRA -NNH08ZEA001N-SSFW1Solicitation Number: NNC10ZCH005RPROGRESSIVE COMPETITION TO CONDUCT ADVANCED VEHICLE CONCEPTS SYSTEM STUDIES FOR SUBSONICCOMMERCIAL TRANSPORT AIRCRAFT ENTERING SERVICE IN THE 2030-2035 PERIOD. PHASE 2 NRA -NNH08ZEA001N-SSFW1NASA is conducting a progressive competition to conduct Advanced Vehicle Concepts SystemStudies for Subsonic Commercial Transport Aircraft Entering Service in the 2030-2035Period. The first phase efforts focused on advanced concepts systems study thatmethodically identifies and evaluates integrated aircraft configurations, and prioritizesthe enabling technologies that will need to be developed to achieve significantbreakthroughs. The second phase will address key technology challenges and to performinitial technology demonstrations that address enabling technology indentified in phase1. The initial phase solicitation was described in the April 15, 2008 posting to FedBizOpps, the NASA Acquisition Internet Service and the NASA Solicitation and Proposal IntegratedReview and Evaluation System (NSPIRES), solicitation number NNH08ZEA001N-SSFW1. Asstated in the announcements all proposals were submitted electronically using NASAsproposal data system, NSPIRES (http://nspires.nasaprs.com ), or Grants.gov. The initial (Phase 1) contracts were awarded to: Boeing Company, General ElectricCompany, Northrop Grumman and Massachusetts Institute of Technology, on September 29,2008. A progressive competition strategy will be used with down-selection of sources fromthe initial phase to determine the second phase contractors. The competition for thesecond phase will build on the results of the initial phase, and the award criteria forthe second phase includes successful completion of the initial phase requirements.Proposals will be requested from the initial phase contractors by a Letter Request forProposal Submissions.Notwithstanding NASA's expectation that only the Phase 1 contractors will be capable ofsuccessfully competing for Phase 2, all proposals will be considered. Any otherresponsible source may indicate its desire to submit a proposal by responding to thePhase 2 synopsis, and NASA will provide that source all the material furnished to thePhase 1 contractors necessary to submit a proposal. All Phase 2 proposals shall besubmitted electronically using NASAs proposal data system, NSPIRES(http://nspires.nasaprs.com ), or Grants.gov (NSPIRES is NASAs preference for Phase 2proposals).To be considered for Phase 2 award, offerors must demonstrate a design maturityequivalent to that of the Phase 1 contractors.This demonstration shall include thefollowing Phase 1 deliverables upon which Phase 2 award will be based: Development of a credible future scenario within which to describe the challengesthat may be facing commercial aircraft operators in the 2030-35 and beyond timeframe.This scenario establishes a context within which the proposed advanced vehicle concept(s)may meet a market need and enter into service.An advanced vehicle concept(s) study that will define a vehicle whose missioncapabilities would enable it to fill a broad, primary need in the 2030-35 and beyondtimeframe. See Statement of Work for additional requirements regarding the concept study. A prioritized suite of enabling technologies and corresponding technologydevelopment roadmaps required to realize the proposed advanced vehicle concept(s) by the2030-35 timeframeFailure to fully and completely demonstrate the appropriate level of design maturity mayrender the proposal unacceptable with no further consideration for contract award.The principal elements considered in evaluating the Phase 2 proposal are its relevance toNASAs objectives, technical merit, effectiveness of the proposed work plan (includingcost), and proposed team qualifications. Failure of a proposal to be highly rated in anyone of the following elements is sufficient cause for the proposal to not be selected. 1. Relevance (weight 20%): Evaluation of a proposal's relevance to NASA's objectives includes theconsideration of the potential contribution of the effort to the specific objectives andgoals given in the solicitation to which the proposal is submitted. The evaluation process will also consider the importance of the work to theprimary project objectives of advancing knowledge and understanding of the fundamentalprinciples of flight unique to subsonic flights. 2. Technical Merit (weight 35%): Overall scientific or technical merit of the proposal, including unique andinnovative methods, approaches, or concepts. Evaluation will also include: credibility of technical approach, including aclear assessment of primary risks and a means to address them; proposers capabilities,related experience, facilities, techniques, or unique combination of these which areintegral factors for achieving the proposal's objectives; and qualifications,capabilities, and experience of the proposed principal investigator, team leader, or keypersonnel critical in achieving the proposal objectives. The selection process will also assess the proposal against the state-of-the-art.3. Effectiveness of the Proposed Work Plan (weight, 20%): Comprehensiveness of work plan, effective use of resources, cost, managementapproach, and proposed schedule for meeting the objectives. Objectives with measurable metrics toward achieving the proposers goal must beprovided, with a minimum of one metric per year. Annual oral presentations made as part of an open Technical Exchange Meeting forpurposes of technology transfer and knowledge dissemination will be expected. Documentation of approach and results in the form of final written technicalreports is required. A clear statement of what intellectual property is expected to be publiclyavailable at the conclusion of the work is required. It is our intent to share allknowledge developed under this solicitation, thus, any restrictions to that objectivewill cause a lower score in this area. Collaboration with NASA researchers (including joint use of facilities, sharingof materials, development of computer code modules compatible with NASAs software, andsynergistic research goals) is desirable, with the objective of enhancing knowledgetransfer and the long-term value of the proposed work.4. Proposed Team Qualifications (weight 25%):Experience and breadth of the team that is organized to conduct the studyExperience of the team in transport aircraft design Ability of the team to offer innovative approaches to address the commercialaviation design requirements of the future.All contractual and technical questions must be submitted to Melissa Merrill in writing(email). Telephone questions will not be accepted.Contracting Officer Point of ContactName:Melissa A. MerrillTitle:Contracting OfficerE-mail: melissa.a.merrill@nasa.govTechnical Point of ContactName:Kimlan T. PhamTitle:Subsonic Fixed Wing NRA ManagerEmail:kimlan.t.pham@nasa.govAn ombudsman has been appointed -- See NASA Specific Note "B".
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNH08ZEA001N-SSFW1/listing.html)
- Record
- SN02059717-W 20100207/100205235826-bafeaf78d25417eec00246bc39de1ca7 (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 |