SOURCES SOUGHT
A -- DEVELOPMENT AND TESTING OF ROLL CONTROL THRUSTER AND VALVE PACKAGE FOR NASA'S CREW LAUNCH VEHICLE
- Notice Date
- 5/23/2006
- Notice Type
- Sources Sought
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
- ZIP Code
- 35812
- Solicitation Number
- NNM06158472R
- Response Due
- 6/6/2006
- Archive Date
- 5/23/2007
- Description
- NASA/MSFC is hereby soliciting information about potential sources for the design, development and test of a flight-like and flight-weight development grade thruster and valve package meeting the following requirements: The developed design is to utilize hypergolic monomethyl hydrazine and nitrogen tetroxide propellants and be capable of pulse, off-pulsing, and steady state operation from sea level to 180,000 feet altitude over the 132 second First Stage operational period. The target thrust class is 800 pounds-force at vacuum conditions. Additional design validation via testing of the thruster valve design will be required as part of this activity. The testing at the thruster and valve levels must consist of representative operating conditions to validate the design to enable proceeding into formal qualification and production in a follow-on effort. NASA/MSFC anticipates that the advanced development thruster that will be utilized to meet the Constellation Crew Launch Vehicle?s requirements for the roll control function during First Stage operation. In order to meet current Crew Launch Vehicle program critical milestones, the proposed development and test effort needs to be completed by November 2008. The Government anticipates an award will be made for the proposed procurement by the end on November 2006. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of five pages or less indicating the ability to perform all aspects of the effort described herein. All requests for information must be in writing. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to Lisa Duncan no later than noon on June 6, 2006. Please reference NNM06158472R in any response. Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62#120331)
- Record
- SN01055792-W 20060525/060523221319 (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 |