Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 28,1999 PSA#2464

NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

A -- HIGH-PERFORMANCE MONOPROPELLANT THRUSTER TECHNOLOGY SOL 3-0613fy2000 DUE 112699 POC Glen M. Williams, Contracting Officer, Phone (216) 433-2885, Fax (216) 433-2480, Email Glen.M.Williams@grc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/GRC/date.html#3-0613fy2000. E-MAIL: Glen M. Williams, Glen.M.Williams@grc.nasa.gov. NASA/GRC is hereby soliciting information for potential sources for High-Performance Monopropellant Thruster Technology NASA/GRC plans to issue a Request for Offers (RFO) to conduct research on high-performance monopropellant thruster technology for small (less than 100 kg)satellites and spacecraft applications. Specific impulse performance above greater than 250 s is desired. Propellants that have low freezing points (less than -10 C), do not present vapor or flammability hazards, and are impact insensitive are preferred. A two-phase program is envisioned for this effort. The first phase will focus on the selection and development of the propellant formulation(s) and decomposition method(s). It is expected that an understanding of the propellant decomposition process will be needed for the selection of propellant and decomposition method. Catalytic decomposition is the preferred method for monopropellants, but non-catalytic approaches can be considered. The Phase I effort should include feasibility demonstrations with relevant thruster hardware. The Phase I must also address such issues as material compatibility and long-term storability. The Phase I would be expected to last 24 months. The second phase of the program would involve the design, fabrication, and testing of a breadboard model thruster. Testing would include performance measurements and life demonstration representative of small satellite orbit insertion missions. It is expected that Phase II would not exceed 12 months. Both phases shall be submitted by offerors in a single proposal so that a contract as described above can be awarded. The awarded contract would be performance based and some form of cost sharing is strongly encouraged. Questions are to be directed to the Technical Point of Contact: Brian Reed, brian.reed@grc.nasa.gov, 216/977-7489. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in the CBD and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these cites for the release of any solicitation or synopsis. Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to discuss with Mr. Reed the technical requirements of the planned procurement. Responses must include the following: name and address of firm, whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime). Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in Internet "Note A". This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html Posted 10/26/99 (D-SN395076). (0299)

Loren Data Corp. http://www.ld.com (SYN# 0014 19991028\A-0014.SOL)


A - Research and Development Index Page