|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 11,1996 PSA#1739NASA Dryden Flight Research Center, Acquisition Management Office, Mail
Stop: D-1044/A, P.O. Box 273, Edwards, CA 93523-0273 17 -- PEGASUS LAUNCH SERVICES FOR THE HYPER-X SOL RFP4-97003-LLB POC
POC: Linda L. Bonham, Contracting Officer, Phone (805) 258-3344, Fax
(805) 258-2904, Email Linda_Bonham@qmgate.dfrc.nasa.gov WEB: Dryden
Flight Research Center Procurement Home Page,
http://www.dfrc.nasa.gov/Procure. NASA/DFRC plans to issue a Request
for Proposal (RFP) for modifications to and launch services of the
Pegasus air-launched Space Launch Vehicle to support the Hyper-X
Research Vehicle Flight Test series. The Hyper-X flight vehicle is a
small, autonomous research vehicle powered by an experimental
air-breathing, dual mode scramjet module. The vehicle must be rocket
boosted to test conditions from Mach 5 to Mach 10 at about 100,000 feet
by air launch from a NASA Dryden B-52 aircraft in a horizontal launch
mode at a nominal drop altitude of 40,000 feet and 0.8 Mach number.
Booster requirements include adequate performance margin to accelerate
an approximately 3,000 pound payload, which includes the research
vehicle and interstage adapter, to between Mach 5 and 10 at a dynamic
pressure of 1,000 pounds/square foot. It must be air launchable in a
horizontal drop mode within an acceptable B-52 flight envelope and be
able to sustain such cold soak conditions at altitude. The research
vehicle-booster stack configuration must be inherently aerodynamically
stable at launch and through the boost phase, have sufficient control
authority to be controllable through a pull-up and pushover maneuver
to aim flight conditions, and able to eject the research vehicle for
test at the end test conditions. NASA/DFRC intends to purchase the
items from Orbital Sciences Corporation/Launch Systems Group. As the
developer and operator of the Pegasus Space Launch Vehicle and sole
owner of proprietary Pegasus design, OSC is the only known source with
the production and operational information required for this program.
The Government does not intend to acquire a commercial item using FAR
Part 12. See Numbered Note 26. RFP will be released on or about 15
days after publication of this synopsis on the NAIS. Firm date for
receipt of proposals will be stated in the RFP. All responsible sources
may submit an proposal which shall be considered by the agency. See
Number Note 22. Any referenced numbered notes can be viewed at the
following URL:http://genesis.gsfc.nasa.gov/nnotes.htm (0344) Loren Data Corp. http://www.ld.com (SYN# 0194 19961211\17-0001.SOL)
17 - Aircraft Launching, Landing and Ground Handling Equipment Index Page
|
|