|
COMMERCE BUSINESS DAILY ISSUE OF JULY 7,1998 PSA#2131NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail
Code: BE 16 -- X-38 RECOVERY SYSTEM -- CONDUCT TWO AIR DROP PLATFORM
TESTS/DEVELOPMENT AND DELIVERY OF A DROGUE PARACHUTE SOL
9-BE13-44-8-35P DUE 072098 POC Eric W. Lewis, Contract Specialist,
Phone (281) 483-0575, Fax (281) 244-5331, Email
eric.w.lewis1@jsc.nasa.gov -- Yolande B. Harden, Contracting Officer,
Phone (281) 483-9953, Fax (281) 244-5337, Email
yolande.b.harden1@jsc.nasa.gov WEB: Click here for the latest
information about this notice,
http://nais.nasa.gov/EPS/JSC/date.html#9-BE13-44-8-35P. E-MAIL: Eric W.
Lewis, eric.w.lewis1@jsc.nasa.gov. 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. Further, FAR Subpart 13.5 test
program is also applicable. This announcement constitutes the only
solicitation; quotes are being requested and a written solicitation
will not be issued. This procurement is being conducted under the
Simplified Acquisition Procedures (SAP). NASA/JSC has a requirement for
the conduct of two air drop platform tests and for the development and
delivery of a drogue parachute in its Experimental Crew Return Vehicle
(X-38) Program. Phase I The two airdrop tests will be conducted during
August 1998 to validate parafoil deployment, handling qualities and
automated landing characteristics of a ram air guided parafoil being
used by the X-38 Project. Both tests shall occur during the same week.
The parachutes to be tested will consist of an existing 60 foot drogue
and a 5468 square foot ram air guided parafoil. An automated
navigation, guidance and control system is used to autonomously fly the
parafoil to a landing site loaded into the guidance software, turn into
the wind, and land, thus providing a slow speed, low impact landing on
land. The test article will be a standard platform and test tub
ballasted to 15,000 lbs. Airdrop testing will be conducted at Yuma
Proving Grounds using a C-130. The Government will provide the drogue
and the ram air guided parafoil to be tested, aircraft, aircrew, and
associated personnel/support. The Contractor shall provide the
necessary hardware and technical support for parachute packing and test
article buildup and rigging. The Contractor must have experience in the
packing, handling, installation, testing, and operation of large ram
air parafoils with automated navigation, guidance and control systems.
Phase II The drogue parachute to be developed and delivered shall
stabilize the vehicle, set acceptable deployment conditions for the
parafoil and extractand deploy the parafoil. The drogue shall meet the
maximum deployment conditions and the existing compartments volumes
and attach points of the atmospheric test vehicle. The test vehicle is
an unmanned lifting body weighing 15,000 lbs. The drogue design shall
also have the capability to be used on a 24,000 lb vehicle for future
X-38 Program testing. The maximum drogue deployment conditions for all
test vehicles include a dynamic pressure of 300 psf, Mach number of
0.6, and deployment altitude of 23,000 ft. Reefing sequencing and
repositioning from an initial 2-point to a 4-point attachment is
required to manage loads on the vehicle and on crewmembers. Drogue
delivery is required by November 1998. The provisions and clauses in
the RFQ are those in effect through FAC 97-04. The SIC code and the
small business size standard for this procurement are 3769 and 500,
respectively. The quoter shall state in their quotation their size
status for this procurement. All qualified responsible business sources
may submit aquotation which shall be considered by the agency. The two
air drop tests shall be conducted during August 1998. In addition
delivery of the drogue to JSC is required not later than November 1998.
(The specific dates for the air drop tests and delivery of the drogue
will be determined prior to award.) Delivery shall be FOB Destination.
The DPAS rating for this procurement is DO-C9. Quotations for the
items(s) described above may be mailed or faxed to the identified point
of contact, by the date/time specified and include, solicitation
number, FOB destination to this Center, proposed delivery schedule,
discount/payment terms, warranty duration (if applicable), taxpayer
identification number (TIN), identification of any special commercial
terms, and be signed by an authorized company representative. Quoters
are encouraged to use the Standard Form 1449,
Solicitation/Contract/Order for Commercial Items form found at URL:
http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit a
quotation. Quoters shall provide the information required by FAR
52.212-1. If the end product(s) quoted is other than domestic end
product(s) as defined in the clause entitled "Buy American Act --
Supplies," the quoter shall so state and shall list the country of
origin. The Representations and Certifications required by FAR 52.2l2-3
may be obtained via the internet at URL:
http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is
applicable. FAR 52.212-5 is applicable and the following identified
clauses are incorporated by reference. (1) 52.222-3, Convict Labor
(E.O. 11755) (2) 52.233-3, Protest after Award (31 U.S.C 3553) (3)
52.203-6, Restrictions on Subcontractor Sales to the Government, with
Alternate I (41 U.S.C 253g abd 10 U.S.C 2402) (4) 52.203-10, Price or
Fee Adjustment for Illegal or Improper Activity (41 U.S.C 423) (5)
52.219-8, Utilization of Small Business Concerns and Small
Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3)) (6)
52.222-26, Equal Opportunity (E.O. 11246) (7) 52.222-35, Affirmative
Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212)
(8) 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C.
793) (9) 52.222-37, Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era (38 U.S.C. 4212) (10)52.225-3, Buy American
Act -- Supplies (41 U.S.C.10) Questions regarding this acquisition must
be submitted in writing no later than July 13, 1998. Quotations are due
by July 20, 1998 by 4:30 p. m. to the address specified above and to
the attention of Eric W. Lewis. Evaluation of offers shall be conducted
in accordance with FAR Subpart 13.106. Award will be based upon overall
best value to the Government, with consideration given to the factors
of proposed technical merits, price and past performance. For selection
purposes, technical, price and past performance are essentially equal
in importance. It is critical that offerors provide adequate detail to
allow evaluation of their offer (see FAR 52.212-1(b). Quoters must
provide copies of the provision at 52.212-3, Offeror Representation and
Certifications -- Commercial Items with their quote. See above for
where to obtain copies of the form via the Internet. An ombudsman has
been appointed -- See Internet Note "B". Prospective quoters shall
notify this office of their intent to submit a quotation. It is the
quoter's responsibility to monitor this site for the release of
amendments (if any). Potential quoters will be responsible for
downloading their own copy of this combination synopsis/solicitation
and amendments (if any). Posted 07/02/98. (0183) Loren Data Corp. http://www.ld.com (SYN# 0254 19980707\16-0001.SOL)
16 - Aircraft Components and Accessories Index Page
|
|