Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 7,1998 PSA#2131

NASA/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