Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2007 FBO #1875
SOURCES SOUGHT

Y -- DESIGN DEVELOPMENT AND CONSTRUCTION OF A REVERBERANT ACOUSTIC TEST FACILITY

Notice Date
1/12/2007
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC07ZDE011R
 
Response Due
2/2/2007
 
Archive Date
1/12/2008
 
Small Business Set-Aside
N/A
 
Description
NASA/GRC is hereby soliciting information about potential sources for the design, development, and construction of a reverberant acoustic test facility (RATF) to support space vehicle acoustic testing. This facility would be required to be commissioned by March, 2009. For the purposes of this synopsis, the RATF is defined as building foundation, reverberant chamber, noise sources, auxiliary supply equipment necessary for noise sources, facility control equipment, high-speed data acquisition system, and all associated connections/cabling/plumbing. The RATF shall provide uniform sound pressure levels around future space vehicles. For the purposes of this synopsis, the RATF shall also include the possibility of internal progressive wave tube (PWT) devices to be designed and fabricated by the responder. The responder shall be capable of the design and construct of a portable PWT producing 171 dB OASPL applied to a local area of the vehicle. The RATF preliminary minimum requirements: Chamber Volume: 65,000-75,000 cubic feet; Rated Overall Sound Pressure Level (OASPL): 163 dB empty-chamber diffuse acoustic field measurements, utilizing free-field microphones; Acoustic Test Spectrum: To be based on 1/3 octave bands between 31.5 to 10,000 Hertz; Sound Pressure Level Tolerance: ?3.0 dB on 1/3 octave band, and ?1.0 dB on OASPL; Facility capability will determine SPL tolerances below 50 Hz and above 3, 000 Hz, but recommend a tolerance of ? 5dB; Data Channels: 450; Approximate Plan Area: 1600 square feet. At this time these performance requirements are preliminary. The RATF chamber is intended to be constructed in the interior of the existing West disassembly highbay of the NASA GRC Plum Brook Station Space Power Facility (SPF) located in Sandusky, Ohio. The highbay interior floor plan dimensions are approximately 70 feet wide by 150 feet long, with an interior height of 73 feet. Additional area is available adjacent to the West disassembly highbay for auxiliary equipment. The SPF website is available for reference: http://facilities.grc.nasa.gov/spf/. More details on the performance specifications will be included in any resultant Request for Proposal (RFP) which is planned for release in early spring of 2007. The intent of this Sources Sought is to identify interested participants and their capabilities for providing reverberant acoustic chamber design, development, planning, construction, checkout, and commissioning of the RATF facility. Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, brochures, and references highlighting these capabilities. Please limit responses to 12 pages/slides or less. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). All responses should be provided in MS Word document or Adobe PDF format via electronic media. Technical questions should be directed to: Mr. Mark McNelis (216) 433-8395. Procurement related questions should be directed to: Ron Matthews (216) 433-2766. Please advise on the nature and amount of proprietary information in the proposed solution as it applies to design, fabrication, drawings, software, etc. 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 future solicitation or synopsis. 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. Providing data/information that is limited or restricted for use by NASA for that purpose would be of very little value and such restricted/limited data/information is not solicited. Respondents will not be notified of the results of the evaluation. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted no later than February 2, 2007 to NASA/GRC Procurement Office, Attn: Ron Matthews, MS 500-306, Contracting Officer, Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 or via e-mail at Ronald.L.Matthews@nasa.gov . Please reference NNC07ZDE011R in any response.
 
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#123274)
 
Record
SN01211354-W 20070114/070114190849 (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.