SOLICITATION NOTICE
K -- LIGHTWEIGHT MATERIALS FOR CEV PARACHUTE ASSEMBLY SYSTEM
- Notice Date
- 6/20/2008
- Notice Type
- Presolicitation
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
- ZIP Code
- 00000
- Solicitation Number
- NNJ08256968R
- Response Due
- 7/10/2008
- Archive Date
- 6/20/2009
- Point of Contact
- Adrian D. Clayton, Contract Specialist, Phone 281-483-8498, Fax 281-244-0995, - Robert G Kolb, Contracting Officer, Phone 281-244-8548, Fax 281-244-5331
- E-Mail Address
-
adrian.d.clayton@nasa.gov, robert.kolb-1@nasa.gov
- Small Business Set-Aside
- N/A
- Description
- NASA/JSC has a requirement for Lightweight Materials for the CEV Parachute AssemblySystem (CPAS) shall be developed, manufactured, and laboratory and flight tested for usein the skirt to shoulder region of the main canopies. This effort is focused on CPASmeeting the required launch weight constraints and the required volume and mobility inthe parachute compartment. NASA/JSC intends to purchase the items from Airborne Systems. The lightweight Nylonbroadcloth effort is irrevocably linked to their knowledge, as the CPAS subcontractor, ofthe CPAS configuration, design alternatives and changes, and test conditions. Materialsmust be flight-tested in the configuration in which they will ultimately perform, inorder to verify that the relevant and complicated dynamic loads experienced upondeployment are tolerable. This requires access to Airborne Systems designs, which areproprietary, therefore will not be shared with another parachute company.The lightweight Nylon broadcloth shall be a weight of 0.70-0.90 oz/yd2, and willtherefore result in a weight savings of 25-50 lbs. to the system. Greater weight orlower weight savings is unacceptable. The technology shall offer significant reductionin parachute material volume in the constrained parachute compartment volume, aiding CPASin avoidance of the increased risk introduced by high pack density. Pack density must below enough to allow for complete and rapid deployment of chutes, without damage.The approach shall be a phased approach. The first phase, Phase I, will be thelaboratory phase, commencing with a fabric build, with a second to follow. Laboratorytesting, to include vendor seam and joint testing, shall then be performed on theresultant fabric from each build to assess fabric potential for use in CPAS parachutes. Knowledge of the CPAS and access to CPAS subcontractor Airborne Systems propriety designshall be necessary for these evaluations. While a joint efficiency of 80% or higher ismost desirable, seam and joint efficiency must be at least as high as 65%, which is thevalue of that of the reference CPAS parachute.The joint efficiency must be similar tothat of baseline CPAS joints in the same region of the parachute. A report shall bedelivered to document this work by September 30, 2008, as well as samples of material ata minimum of 4 yd2. It is at NASAs discretion to opt out of the second fabric build ifthe first is satisfies optimal criteria.If seam and joint efficiency do not meet the values of the reference CPAS parachute, adetailed analysis demonstrating that the new fabric with any reduced joint efficiencyshall still provide significant mass and pack density reduction to the CPAS parachutes,may be accepted. In this case, the analysis would be performed by the vendor at noadditional cost to NASA. Acceptability of any such analysis in lieu of attaining theefficiencies described above shall be evaluated by NASA. The second phase, Phase II, shall be the flight test phase. Materials must beflight-tested in the configuration in which they shall ultimately perform, in order toverify that the relevant and complicated dynamic loads experienced upon deployment aretolerable. A single main parachute shall be built according to proprietary CPAS designspecifications. It is NASAs discretion to opt out of flight testing if the parachutemanufacture is not successful.Flight testing shall be timed to take advantage ofexisting planned tests. A successful flight test shall demonstrate mass and pack densityreduction, with parachute remaining packable and deployable, with complete and rapiddeployment of chutes without damage. Flight performance needs be similar to referenceCPAS parachute in inflation loads, parachute stability, and parachute drag area. CEVtimelines are such that development and testing within the relevant system must beclosely linked, and this work shall be completed by the CEV preliminary design review,November 21, 2008. A detailed report shall be delivered to NASA by the vendor,documenting Phase II of this effort, as well as the manufactured parachute.NASAs Johnson Space Center shall oversee this work and validate the materials testing. Each phase shall be broken into tasks, as delineated below:Phase I:Fabric build IVendor testing of build I fabricFabric build II Vendor testing of build II fabricSeam and joint testingFinal ReportPhase II:Build single main parachuteFlight test in cooperation with CPASFinal ReportEach of these milestones shall be accompanied by delivery of any data generated and abrief report summarizing the task and any applicable findings, with an in-depth finalreport submitted at the end of each phase. Each of these milestones shall have a dollarvalue assigned that shall be billable at completion of the task, and payable uponconfirmation of completion and acceptability by the Contracting Officers TechnicalRepresentative.The Government does not intend to acquire a commercial item using FAR Part 12.See Note26.Interested organizations may submit their capabilities and qualifications to perform theeffort in writing to the identified point of contact not later than 4:30 p.m. local timeon July 10, 2008. Such capabilities/qualifications will be evaluated solely for thepurpose 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 opencompetition basis, based upon responses to this notice, is solely within the discretionof 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
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=116d1242840f40d0daaf36d96c5cd5f6&tab=core&_cview=1)
- Record
- SN01597779-W 20080622/080620222005-116d1242840f40d0daaf36d96c5cd5f6 (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 |