Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2006 FBO #1516
SOURCES SOUGHT

A -- TEAMING OPPORTUNITY FOR A PARACHUTE SYSTEM FOR TERRAIN GUIDED AUTOMATIC LANDING DEMONSTRATION

Notice Date
1/18/2006
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
SS-NNL06TGALS
 
Response Due
2/2/2006
 
Archive Date
1/18/2007
 
Description
Teaming Opportunity for a Parachute System for Terrain Guided Automatic Landing Demonstration (TGALS) - NASA Langley Research Center is seeking a partner for the Space Technology-9 (ST9) TGALS. The partner to be selected by this Teaming Opportunity will, at no cost to NASA, help to further define the ST9 TGALS parachute system during the ST9 Concept Definition Study Phase. The proposed TGALS mission is one of five different New Millennium Program (NMP) ST9 missions being considered for implementation. The NASA Research Announcement (NRA) Number NNH04ZSS002N, (available for viewing at URL http://research.hq.nasa.gov/code_s/nra/current/NNH04ZSS002N/ ) released August 25, 2004, describes the ST9 TGALS objectives in more detail, as well as those for the other four missions under consideration. Specifically, LaRC is seeking a partner with capabilities to design and fabricate the parachutes for the terrain guided descent vehicle. During the Concept Definition phase, the selected partner is expected to provide preliminary analysis and trade studies, conceptual designs, developmental test plans, schedules, and cost estimates. The parachute system is planned to be a two-stage parachute system. The initial parachute will be a supersonic drogue chute to decelerate the payload to about 70 m/s at 10 km. The main parachute will be a guided parachute that limits Earth impact rate to 10 m/s. The guided parachute control system will incorporate target selection from NASA?s terrain guided landing systems and provide closed loop control to the designated landing target. The NMP ST9 Concept Definition Report developed during Phase A Concept Definition is due September 1, 2006. One of the five technology concepts will be selected for Phase B/ Formulation Refinement expected to begin in October 2006. Interested respondents should have demonstrated capability and experience in the design and analysis, and/or the fabrication and testing, of advanced technology parachutes within the last 15 years. The anticipated parachute design and development studies will consider the following preliminary performance specifications. Respondents should emphasize how their stated capabilities and experience relate to the following performance requirements: (a) The experiment payload shall be launched from a sounding rocket with an apogee of approximately 150 km. (b) The parachutes shall be designed to decelerate a payload mass between 300 and 400 kg in Earth atmosphere. (c) The initial parachute (supersonic drogue) shall decelerate the payload to obtain the required descent rate (nominally 70 m/s) for terrain imaging between 10 and 2 km altitude. From initial trajectory analysis, the parachute will be deployed at dynamic pressure up to 48 kPa with the payload at M = 2 and approximately 13 km altitude. (d) The main parachute shall reduce the descent rate and limit the Earth impact velocity to 10 m/s. (e) The main parachute shall be a guided control design that incorporates target selection input from NASA?s terrain guided landing system and provide closed loop control to the designate landing target. The schedule for the Phase A Concept Definition is summarized at follows: Feb to May 06 - Conceptual Design and Analysis Jun to Aug 06 - Documentation Preparation and Reviews 1 Sept 06 ? Concept Study Due Partner selections will be made by LaRC based on the following criteria: (1) Relevant experience, past performance, technical capability and availability of key personnel: This criterion evaluates the offeror?s relevant recent experience, past performance in similar development activities, technical capability to perform the development and key personnel available to support the development. Provide substantive evidence (points of contact and telephone numbers) of successful participation in similar developments. Capability includes quality and management process certifications and systems. (2) Cost and schedule control: This criterion evaluates the offeror?s ability to control both cost and schedule. The offeror should provide evidence of successfully controlling cost and schedule for similar development programs and provide evidence of management processes in this area. (3) Facilities: This criterion evaluates the offeror's facilities (development, testing, and analyses) to conduct the development or demonstration proposed. The offeror should discuss facility availability, access, and the ability to meet the proposed objectives. Teaming offers will be reviewed, evaluated, and selected at NASA LaRC. Final partner selection will be made within 15 days from this synopsis response due date. NASA will not reimburse organizations for the cost of submitting information in response to this synopsis. This synopsis teaming opportunity does not represent a guarantee for selection or award of any contracts, nor is it to be construed as a commitment by NASA to pay for the information solicited. It is anticipated that selection of the proposal for the ST9 mission implementation would result in a Phase B contract for the selected partner. Responses to this partnering synopsis shall be limited to ten (10) pages, 12 point Times New Roman font, 1? margins (top, bottom and sides). All responses shall be submitted to LaRC electronically in Microsoft Word or RTF format or Adobe pdf format, via e-mail by 5:00 PM Eastern Standard Time, February 2, 2006 to: Mr. R Keith Johnson at r.k.johnson@nasa.gov. Technical questions should be directed to: Mr. R. Keith Johnson at the email address above, or 757-864-7681. Procurement questions should be directed to Nancy Sessoms, via email at Nancy.M.Sessoms@nasa.gov or (757) 864-2471.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=23#118677)
 
Record
SN00968474-W 20060120/060118212803 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.