|
COMMERCE BUSINESS DAILY ISSUE OF JULY 14,1999 PSA#2387NASA/Langley Research Center, Mail Stop 144, Industry Assistance
Office, Hampton, VA 23681-0001 A -- PERFORM NONLINEAR THERMAL/STRUCTURAL OPTIMIZATION OF REUSABLE
LAUNCH VEHICLE (RLV) CRYOGENIC TANKS SOL 1-168-RCE.1000 DUE 072799 POC
Kimberly D. Duncan, Contracting Officer, Phone (757) 864-3566, Fax
(757) 864-8863, Email k.d.duncan@larc.nasa.gov -- Sandra M. Glenn,
Contracting Officer, Phone (757)-864-2413, Fax (757) 864-8863, Email
S.M.GLENN@larc.nasa.gov WEB: Click here for the latest information
about this notice,
http://nais.nasa.gov/EPS/LaRC/date.html#1-168-RCE.1000. E-MAIL:
Kimberly D. Duncan, k.d.duncan@larc.nasa.gov. NASA/LaRC plans to issue
a Request for Quotation (RFQ) to perform nonlinear thermal/structural
optimization of Reusable Launch Vehicle (RLV) cryogenic tanks. The
contractor shall perform the following tasks: 1) Trade studies shall be
performed where the wall thickness, ply angles for composites, sandwich
core thickness, ring frame, and stringers for cylindrical shells shall
be sized. These shells shall be composed of either metallic or organic
composite material. The shell wall shall be sandwich or ringer stringer
stiffened structures. The analysis codes used shall be nonlinear
optimization codes or nonlinear structural analysis codes. 2) Response
surface techniques shall be used to relate the shell of revolution
codes to a 3-dimensional nonlinear bifurcation analysis. 3) A
3-dimensional nonlinear bifurcation code shall be used to perform
verification and validation of analyses performed in the using shells
of revolution codes. 4) Imperfection sensitivity analysis shall be
performed, and thermal residual stress analysis shall be performed on
all composite concepts. Imperfection sensitivity analysis shall be
performed on all metallic concepts. Option I: 1) Response surface
techniques shall be used to relate the shell of revolution codes to a
3-dimensional nonlinear bifurcation analysis for modified designs. 2)
Imperfection sensitivity analysis shall be performed, and thermal
residual stress analysis shall be performed on all composite concepts.
Imperfection sensitivity analysis shall be performed on all metallic
concepts. 3) Global-local analysis shall be performed. The Government
shall provide 3-dimensional NASTRAN structural analysis models for
analysis. Local models shall be created from the Government models.
These local models shall be optimized, analyzed, and reintegrated into
the global models for the evaluation of load path changes and overall
global behavior. Linear response surface techniques and shell of
revolution codes shall be used to improve local optimization of the
local section being optimized. Deliverables: Base Work: 1) The
Contractor shall deliver biweekly reports on progress of work
completed. 2) The Contractor shall participate in weekly
teleconferences with the NASA Technical Monitor. 3) The Contractor
shall deliver the optimized and analysis loads models with written
explanation of results. 4) The Contractor shall incorporate design
changes specified by the NASA Technical Monitor in the optimization and
analysis. 5) The Contractor shall deliver a summary of research
conducted during each option phase. The summary shall be in the form of
conference papers and contractor report. Option I: 1) The Contractor
shall deliver biweekly reports on progress of work completed. 2) The
Contractor shall participate in weekly teleconferences with the NASA
Technical Monitor. 3) The Contractor shall deliver the optimized and
analysis loads models with written explanation of results. 4) The
Contractor shall incorporate design changes specified by the NASA
Technical Monitor in the optimization and analysis. 5) The Contractor
shall deliver a summary of research conducted during each option phase.
The summary shall be in the form of conference papers and contractor
report. This procurement is being conducted under the Simplified
Acquisition Procedures (SAP). NASA/LaRC intends to purchase the items
from the University of Florida, Dr. Rafael T. Hafka, unique knowledge
available from only one source. Dr. Haftka has performed on a previous
NASA Grant Number NAG-1-1808 entitled "Variable Complexity Structural
Optimization of Launch Vehicles." During his work on subject grant, he
has obtained unique capabilities in areas specific to this procurement.
There would be substantial duplication of cost for another person to
obtain the required knowledge to support this requirement and such
costs are not expected to be recovered through competition. This
procurement will complete the research begun on subject grant. The
Government does not intend to acquire a commercial item using FAR Part
12. See Note 26. Interested firms have 15 days from the publication of
this synopsis to submit in writing to the identified point of contact,
their qualifications/capabilities. Such qualifications/capabilities
will be used solely for the purpose of determining whether or not to
conduct this procurement on a competitive basis. Responses received
after the 15 days or without the required information will be
considered non-responsive to the synopsis and will not be considered.
A determination by the Government to not compete this proposed effort
on a full and open competitive basis, based upon responses to this
notice is solely within the discretion of the Government. Oral
communications are not acceptable in response to this notice. All
responsible sources may submit an offer which shall be considered by
the agency. An Ombudsman has been appointed. See Internet Note "B". Any
referenced notes can be viewed at the following URLs:
http://cbdnet.access.gpo.gov/num-note.html and
http://genesis.gsfc.nasa.gov/nasanote.html Posted 07/12/99
(D-SN352999). (0193) Loren Data Corp. http://www.ld.com (SYN# 0003 19990714\A-0003.SOL)
A - Research and Development Index Page
|
|