SOLICITATION NOTICE
A -- RADIO FREQUENCY MASS GAUGE FLIGHT DEMONSTRATION STUDY
- Notice Date
- 9/12/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC06175363Q
- Response Due
- 9/25/2006
- Archive Date
- 9/12/2007
- Small Business Set-Aside
- N/A
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ)] for a Radio Frequency (RF) Mass Gauge Flight Demonstration Study per the following Statement of Work: I. Introduction NASA is currently developing the propulsion system concepts for exploration missions including a near-term human return to the lunar surface, and an eventual human mission to Mars. The propulsion concepts being investigated are considering the use of cryogenic propellants for the low-gravity portion of the mission, that is, the upper stage for the earth orbit insertion and for the earth departure stage. These concepts will require the accurate, low-gravity quantity gauging of the propellants stored in the propulsion tanks to assure adequate propellant inventory prior to beginning any human exploration mission. An accurate, robust low-gravity quantity gauging system for cryogenic propellants does not presently exist. NASA has begun a technology program to develop this gauging system to a TRL of 6, through a government in-house ground test program of Pressure-Volume-Temperature and radio frequency (RF) gauging schemes, and is funding the external development of an optical mass gauging system. In order to achieve TRL-6 for a low-gravity propellant mass gauge, it is necessary to demonstrate prototype system operation in a relevant space environment. II. Objective Cryogenically fueled launch vehicles have used and are using techniques to measure the propellant quantity in their propellant tanks during ascent, under settled conditions or during short coast missions (low-g). The objective of this SOW is for a launch vehicle supplier to conduct a Phase 1 effort to define the resources required to incorporate and demonstrate a prototype RF gauging system on a launch vehicle. The RF gauging system requires an antenna inside the propellant tank, a coaxial electrical tank penetration, an electronics box (approx. 10? x 10? x 4?), power, communication with a vehicle computer, and data downlink. III. Statement of Work A. Task Description Provide a flight-demonstration concept in which the RF gauging system can be compared to an independent gauging system on the vehicle. Discuss potential missions which could accommodate the RF gauge. Define which propellant tank (LH2 or LO2) would most easily accommodate such a gauge. Provide approximate definition of avionics constraints including power, mass, volume, communications, and data downlink. Provide a conceptual experiment timeline which also discusses propellant levels, and vehicle g-levels. Discuss operational constraints of the RF mass gauge (e.g., no gauging operations before main engine cut-off). Discuss possible risk factors involved in implementing a RF mass gauge on a flight vehicle. Provide a budget estimate for integration, qualification, and operations for flight on a launch vehicle which also broadly defines the roles and responsibilities of the launch vehicle supplier. Provide a budget estimate for re-flight opportunities, assuming no significant changes in hardware design. B. Task Format The report shall contain the following elements as defined in the Task Description: RF mass gauge flight demonstration concept Mission scenario and experiment timeline Tank geometry Avionics and operational constraints Propellant Conditions Risk assessment Budget estimates for a flight demonstration C. Deliverable Report describing the RF mass gauge flight demonstration study as described in the Task Description and in the Task Format sections above. D. Period of Performance The report as denoted in the Deliverable section must be submitted for NASA GRC review three months after contract award. A NASA GRC review of the report will follow within two weeks of delivery. The contract key personnel shall participate via telecon during the NASA GRC review. IV. Proposal Requirements The contractor, or it?s parent company, must be a supplier of launch vehicles which utilize cryogenic propellants in the propulsion system. The proposal for the Phase 1 study shall discuss how the elements described in the SOW Task Description (Section III) will be addressed by the Phase 1 study. The proposal shall include a concept of how an RF mass gauge system could be incorporated and tested on a launch vehicle. The qualifications of the key personnel shall be included in the proposal. A cost proposal shall be included in the proposal. The provisions and clauses in the RFQ are those in effect through FAC 05-08. The NAICS Code and the small business size standard for this procurement are 541710 and 500 employees respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 is required 3 months aftwer award. Delivery shall be FOB Destination. Offers for the items(s) described above are due by 2:00 PM, September 25, 2006 to NASA/Glenn Research Center, Mail Stop 500-306, 21000 Brookpark Road, Cleveland, OH 44135 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), CAGE Code, identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Carol J. Cobbs not later than September 20, 2006. Telephone questions will not be accepted. Proposals will be evaluated and ranked based on the requirements defined in the Statement of Work, along with overall quality of the proposal, feasibility of the proposed concept, cost and overall best value to the Government. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). 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=22#122186)
- Record
- SN01141394-W 20060914/060912221750 (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 |