Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2006 FBO #1693
SOLICITATION NOTICE

B -- MICRO-LANDER PROPULSION SYSTEM

Notice Date
7/14/2006
 
Notice Type
Solicitation Notice
 
NAICS
336415 — Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA06165391
 
Response Due
7/28/2006
 
Archive Date
7/14/2007
 
Description
NASA/ARC has a requirement for detailed information about components which would be suitable for the lander propulsion system. The design calls for a 64 kg total (wet) mass vehicle which will travel on a 5 day trajectory to the moon. The lander will require 540 m/s of pulse width modulated delta-V which must be available for use during the entire mission (trajectory correction maneuvers during trans lunar flight as well as during final descent). The propulsion system requires a descent and landing engine with approximately 2000N thrust, aligned with the center of gravity of the propulsion system with minimal descent thrust misalignment relative to the center of gravity due to propellant consumption. At a minimum, NASA will require one propulsion system to support hover tests beginning in May 2007 and one propulsion system to support the first flight in June 2008. Only components which have a demonstrated test and space flight history will be considered. The propulsion system must be compatible with other lander components NASA/ARC intends to: (1) The Government plans to conduct a phased acquisition involving a competitive down-selection process. Phase I is for the Propulsion system concept report which could be used to build a lander propulsion system to meet the mission requirements. Phase 2 is for one propulsion system to support hover tests in May 2007 and one propulsion system to support first flight June 2008. (2) Competitions for identified subsequent phases will build on the results of previous phases. (3) The award criteria for subsequent phases will include demonstrated completion of specified previous phase requirements. (4) The Government expects that only the initial phase contractors will be capable of successfully competing for the subsequent phase(s). Proposals for the subsequent phase(s) will be requested from these contractors. (5) The Government does not intend to issue a new, formal solicitation for subsequent phases. This is a progressive competition and after evaluation of Phase I submissions a negotiated contract will be issued that will contain the statment of work, specifications, proposal preparation instructions, and evaluation factors for award. (6) Each subsequent phase of the acquisition will be synopsized in accordance with FAR 5.201 and 5.203. (7) Notwithstanding the expectation that only the initial phase contractors will be capable of successfully competing for the subsequent phase(s), proposals from all responsible sources submitted by the specified due date will be considered. In order to contend for subsequent phase awards, however, such prospective offerors must demonstrate a design maturity equivalent to that of the prior phase contractors. Failure to fully and completely demonstrate the appropriate level of design maturity may render the proposal unacceptable with no further consideration for contract award. NASA/ARC intends to purchase the items from Aerojet General Corporation, Rancho Cordova, CA. and Pratt & Whitney Rocketdyne, Inc., Canoga Park, CA. Aerojet and Rocketdyne are the only suppliers of off-the-shelf, space-qualified propulsion systems suitable for the small lander mission and can be available for ground testing in 2007 and launch in 2008. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 3:00 p.m. local time on July 28, 2006. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition 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 NASA Specific Note "B". 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=21#121193)
 
Record
SN01089877-W 20060716/060714221954 (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.