Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1999 PSA#2434

NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

A -- MARS AIRPLANE PACKAGE (MAP) PROCUREMENT SOL 1-47-OCD.1000 DUE 102299 POC Richard J. Siebels, Contracting Officer, Phone (757)-864-2418, Fax (757) 864-6131, Email R.J.SIEBELS@larc.nasa.gov -- Mary Jane Yeager, Contracting Officer, Phone (757)-864-2473, Fax (757) 864-6131, Email M.J.YEAGER@larc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/LaRC/date.html#1-47-OCD.1000. E-MAIL: Richard J. Siebels, R.J.SIEBELS@larc.nasa.gov. The purposes of this synopsis amendment are (1) to revise the contract objective paragraph, (2) make several minor editorial changes and (3) to advise industry that funding for the Mars Airplane Package (MAP) procurement has not been approved. Accordingly, the entire synopsis is revised as follows: The funding authorization for the MAP procurement has not been received, however due to schedule constraints it is necessary to synopsize, issue the RFP and receive proposals prior to the availability of funds. A decision on funding MAP and moving forward with the project should be made by the end of October 1999. This procurement could proceed up to the point of award without a decision on the funding of the MAP mission. Should NASA cancel the solicitation, for any reason, it is not responsible for proposal preparation costs. If NASA makes a funding decision prior to proposal submission LaRC will publish that decision as quickly as is practicable through posting on the NASA Acquisition Internet Service (NAIS) at the site where the solicitation will be posted. If NASA makes a funding decision after presentation of oral proposals, but before selection of an awardee, LaRC will provide that decision as quickly as is practicable, to each firm that made a presentation. If NASA makes a funding decision after the proposed awardee has been selected and the unsuccessful offerors have been notified, LaRC will provide that decision as quickly as is practicable, to the proposed awardee. NASA Langley Research Center (LaRC) plans to issue a Request for Proposal (RFP) 1-47-OCD.1000 for the Mars Airplane Package (MAP) procurement. The principal goal of the Mars Airplane Package (MAP) mission is to demonstrate and validate the technologies and systems required to enable the use of airplanes as platforms for planetary scientific research. Accomplishing this goal requires the development and operation of a MAP Flight Unit that includes an airplane, aeroshell and science instrumentation. Mission Scenario: MAP will launch in 2002 or2003 on an Ariane 5 launch vehicle as a secondary payload, the primary payload will be two communications satellites. A multi-purpose Micromission Spacecraft (MMSC) will deliver the MAP Flight Unit to Mars in 2003. The MMSC is configured to be compatible with the Ariane 5 Structure for Auxiliary Payloads (ASAP5). The ASAP5 carries the MMSC to Geosynchronous Transfer Orbit (GTO). After maneuvering in the Earth-Moon system for one to six months, the MMSC will perform a powered Earth flyby to place it on a trajectory for Mars arrival in 2003. Upon arrival at Mars, the MAP deploys from the MMSC. The MMSC continues in a Mars flyby path to provide a communication link for the MAP. The MAP enters the Mars atmosphere and decelerates. The airplane and aeroshell then separate to allow for airplane deployment. The airplane achieves controlled, powered, level flight and transmits engineering and science data to the MMSC. The airplane continues to perform these functions until the end of the usable communications window.Division of Responsibilities: The MAP development team is composed of NASA, the contractor selected under this solicitation (MAP contractor), the MMSC contractor, and the Centre National D'Etudes Spatiales (CNES). NASA Langley Research Center (LaRC) has responsibility for the MAP. The MAP contractor will provide all MAP hardware and support integration of the MAP Flight Unit onto the MMSC as well as support integration of the MMSC to the Ariane 5 launch vehicle. JPL will provide the MMSC through a contractor and will be responsible for MAP Flight Unit to MMSC integration. NASA and CNES will provide all launch vehicle services including launch vehicle integration facilities. NASA and CNES will also be responsible for MMSC to Ariane 5 integration. The MMSC contractor will provide necessary launch support including shipment of the integrated MMSC and MAP to the launch site, launch vehicle integration support, and launch operations support. JPL is responsible for all mission operations after launch. Contract Objective: The objective of this contract is to design, fabricate, test and integrate a MAP Flight Unit and provide associated hardware, software, and documentation. In addition, the contractor shall supply a MAP Mass Model, a MAP Simulator Unit, and other Ground Support Equipment (GSE). Mission Objectives: The technology objective of the MAP is to demonstrate and validate the technologies and systems required to enable the use of airplanes as platforms for planetary scientific research. The primary science objective of the MAP is to image the surface of Mars at a higher resolution than orbiting spacecraft. The secondary science objectives, included as separate priced options to the contract, are near-infrared surface spectroscopy and magnetometry. The provisions and clauses in the RFP are those in effect through FAC 97-12. The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. The SIC Code and Size Standard are 8731 and 1,500, respectively. The DPAS rating for this procurement is DO-C9. A pre-solicitation conference is scheduled for September 21, 1999, at the H.J.E. Reid Center, 14 Langley Boulevard, NASA LaRC. The conference will be from 8:30 a.m. to 12:30 p.m. Attendees shall submit the names, citizenship status and company affiliation no later than 3:30 p.m. on September 17, 1999. The attendee list and information shall be submitted via e-mail to p.h.robinson@larc.nasa.gov or by facsimile to (757) 864-9888. Non-U.S. citizens should contact the LaRC International Visit Coordinator at (757) 864-2900. Attendance is limited to three representatives per organization. The pre-solicitation conference is intended to provide a status of the NASA LaRC technology development and risk reduction program. In addition, a summary of the mission objectives and key requirements will be provided. The anticipated release date of RFP 1-47-OCD.1000 is on or about September 24, 1999. Oral proposals will be solicited. The anticipated proposal submission date is October 22, 1999. Each offeror will berequired to deliver a complete oral proposal presentation package, along with cost and other information, on the proposal due date. Oral proposal presentations will be scheduled beginning October 26, 1999. Additional information regarding the oral proposals will be provided at the pre-solicitation conference and in the RFP. All qualified responsible sources may submit a proposal which shall be considered by the agency. 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, or PowerPoint 4.0) format and will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The WWW address, or URL of the NASA/LaRC Business Opportunities page is http://procurement.nasa.gov/EPS/LaRC/class.html The date to notify NASA of an intent to submit an offer is extended to September 21, 1999. It is the offeror's responsibility to monitor the aforementioned 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://cbdnet Posted 09/15/99 (D-SN380694). (0258)

Loren Data Corp. http://www.ld.com (SYN# 0002 19990917\A-0002.SOL)


A - Research and Development Index Page