|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,1999 PSA#2412NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail
Code: BH 16 -- X-38 DROP TESTING OF THE RECOVERY SYSTEM SOL 9-BH13-44-9-26P POC
Eric W. Lewis, Contract Specialist, Phone (281) 483-0575, Fax (281)
244-5331, Email eric.w.lewis1@jsc.nasa.gov -- Krystine O. Bui,
Contracting Officer, Phone (281) 483-4186, Fax (281) 244-5337, Email
krystine.o.bui1@jsc.nasa.gov WEB: Click here for the latest information
about this notice,
http://nais.nasa.gov/EPS/JSC/date.html#9-BH13-44-9-26P. E-MAIL: Eric W.
Lewis, eric.w.lewis1@jsc.nasa.gov. NASA/JSC plans to issue a Request
for Offer (RFO) for drop testing of its parachute recovery system to
validate parachute deployment, dynamics, aerodynamics, handling
qualities, and automated landing characteristics. The Government
intends to procure the services of a qualified contractor to prepare
the parachutes and test articles for the tests and to support the drop
tests. The project will be testing a 5500 sq ft parafoil on a 15,000
lb test article, and a 7500 sq ft parafoil on a 24,000 lb test article.
Each test article will utilize a standard type 5 platform and standard
test tub ballasted to the appropriate flight vehicle weight. Test
article buildup and airdrop testing will be conducted at Yuma Proving
Ground. The test article will be dropped from a C-130 using standard
military air drop procedures. The platform will be extracted from the
C-130 at 17,500 ft MSL via a standard extraction chute which will in
turn deploy a drogue. The drogue will be attached at 4 attach points
and stabilize the platform. The drogue has 4 stages. When the drogue is
released from the platform, it will deploy the parafoil. The parafoil
is attached at 4 attach points and has 5 stages. The Government will
develop the test plans; arrange and procure the required range and
range support; install and checkout the parafoil's guidance,
navigation, and control system; serve as test conductor for the drop
tests; pilot the parafoil; and provide the parachutes, groundstations
for manual control of parafoil, strap cutter sequencer, NASA standard
initiators for the strap cutters, test instrumentation, platforms, test
tubs, aircraft, and aircrew. Approximately 3 weeks prior to each drop
test, the Contractor shall support the Governmnent's pretest review
meeting, where the test objectives and test article configuration are
finalized. The Contractor shall provide the strap cutters for drogue
release, and the pyro cutters required for disreefing, parafoil
confluence fitting separation, parafoil deployment bag mouth opening,
and parafoil deployment brakes release. The Contractor shall also
provide certain expendables such as reefing lines and energy
modulators. The Contractor shall also pack the parachutes, build up the
test article for each drop to the configuration established at the
pretest review, rig the test article with the parachutes for the drop,
support the drop, support parachute recovery, and perform post test
hardware inspections. Due to the aggressive schedules in the X-38
project, the Contractor must have previous experience with packing
handling, installation, rigging and testing parafoils of the size range
being tested by the X-38 project. Packing and rigging procedures will
be provided to the Contractor when the contract is awarded. Currently,
3 drops are planned (9/99, 12/99 and 3/00). This procurement will
include options for 5 additional drops. If the Government elects to
exercise the options, an option will normally consist of performing
drops of 2 test articles during the same week. The Government intends
to acquire a commercial item using FAR Part 12. The SIC Code and Size
Standard are 3769 and 500, respectively. The DPAS Rating for this
procurement is DO-C9. The provisions and clauses in the RFO and model
contract are those in effect through FAC 97-12. All qualified
responsible sources may submit an offer which shall be considered by
the agency. The anticipated release date of the RFO is on or about
September 8, 1999. An ombudsman has been appointed -- See Internet Note
"B". The solicitation and any documents related to this procurement
will be available over the Internet. These documents will be in
Microsoft Office Suite (Word 6.0, Excel 5.0, PowerPoint 4.0) format and
will reside on a World Wide Web (WWW) server, which may be accessed
using a WWW browser application. The Internet site, or URL, for the
NASA/JSC Business Opportunities home page is
http://procurement.nasa.gov/EPS/JSC/class.html Prospective offerors
shall notify this office of their intent to submit an offer. It is the
offeror's responsibility to 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 solicitation and
amendments (if any). Any referenced notes can be viewed at the
following URL: http://genesis.gsfc.nasa.gov/nasanote.html Posted
08/16/99 (D-SN368326). (0228) Loren Data Corp. http://www.ld.com (SYN# 0193 19990818\16-0021.SOL)
16 - Aircraft Components and Accessories Index Page
|
|