Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 14,1999 PSA#2387

NASA/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