Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2010 FBO #3122
SOURCES SOUGHT

A -- JPL SUPERSONIC INFLATABLE AERODYNAMIC DECELERATOR HIGH ALTITUDE TEST SERVICEREQUEST FOR INFORMATION

Notice Date
6/10/2010
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
NASA Management Office, Jet Propulsion Laboratory, 4800 Oak Grove Drive,Pasadena, CA 91109
 
ZIP Code
91109
 
Solicitation Number
JL-10-03
 
Response Due
6/24/2010
 
Archive Date
6/10/2011
 
Point of Contact
Mary Helen Ruiz, JPL Business Opportunities Office, Phone 818-354-7532, Fax 818-393-1746, Email maryhelen.ruiz@jpl.nasa.gov
 
E-Mail Address
Mary Helen Ruiz
(maryhelen.ruiz@jpl.nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The California Institute of Technology's (Caltech) Jet Propulsion Laboratory (JPL)located in Pasadena, California, seeks to find prospective contractors to evaluate HighAltitude Supersonic Testing (HATS) options to support the technology development ofSupersonic Inflatable Aerodynamic Decelerators (SIAD).The intent of the Request for Information (RFI) is to determine the interest andcapability of potential proposers to provide high altitude test services for this testprogram.OBJECTIVE: The objective of the high altitude supersonic test capability is to provide aflight relevant test for aerodynamic devices that would be used to slow an entry vehicleduring descent into the Martian environment. The requirements of this test can be foundin Attachment 1, Supersonic Inflatable Aerodynamic Decelerator Development ProgramInformation and Requirements Package.RFI RESPONSE REQUIREMENTS: Responders are asked to provide the following information:(1)Provide your companys capability of meeting the requirements for the subscale and orthe full scale test as described in the attachment; (2) Provide a high leveldescription of the proposed solution and comment on its principal performancecostrelationship; (3) Provide a high level description of the operational status of theproposed solution and what additional work is required to bring it to full operationalstatus to meet the JPL requirements. Viable solutions are those that have either alreadydemonstrated operational performance, or are on a documented path to operationalperformance within the next 30 months full scale, 12 months from contract award forsubscale (assuming a February, 2011 start), or are composed of elements which can beassembled and tested within the same time periods with minimal development; (4) Provideexamples of recently completed work that would lend confidence that the proposed solutioncan be brought to operational status in the required timeframe; (5) Provide a high leveldescription of the range of support services your company can provide in executing thistest campaign, such as propulsion systems, mechanical systems, avionics, instrumentationand communication systems, and range operations, local and federal compliance; (6) Whatlaunch site/test ranges would your company propose for performing the tests?; (7) Whatpartnerships would you require to perform this job?; (8) Provide high level ROM costestimate for recurring and non-recurring costs; and (9) Provide high level ROM schedulefor achieving first flight.Your responses will help JPL determine the interest and ability in providing this type oftest capability and allow us to refine our requirements and possible contractimplementation approach. In order to maximize the return on information for JPL from all participants, our answersto any specific questions raised as a result of the RFI requirements (questionnaire) willbe sent to all parties participating in this RFI, and JPL will keep the identity of thequestioner confidential.REQUEST FOR PROPOSAL: There is no anticipated release date for an RFP at this time.RESPONSE DEADLINE: Please submit your response to this synopsis on or before June 23,2010 via first-class mail at JPL, 4800 Oak Grove Drive, Mail Stop 190-220, Pasadena,California 91109-8099 by electronic mail at jane.lee@jpl.nasa.gov, or by fax at818-354-4152.POINT OF CONTACT: For contractual questions, contact Jane Lee, Subcontracts Manager;E-Mail: jane.lee@jpl.nasa.gov For technical questions, contact Tom Rivellini at818-354-5919 or E-Mail: tpr@jpl.nasa.govDISCLAIMER: It is emphasized that the Request for Information (RFI) is for preliminaryplanning purposes only and does not constitute a commitment, implied or otherwise, thatJPL will solicit you for such a procurement in the future. Neither JPL nor the Governmentwill be responsible for any costs incurred by you in furnishing this information.Prospective contractors are advised that any information provided shall be deemed to befurnished with unlimited rights to JPL, with JPL assuming no liability for any accidentaldisclosure, use, or reproduction of such data.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/HQ/OPHQDC/JL-10-03/listing.html)
 
Record
SN02173596-W 20100612/100610234622-7c5770692eb037bbcf35cd05ee5dc293 (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.