|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,2000 PSA#2542NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 A -- STORABLE THRUSTER UPGRADE TECHNOLOGY SOL RFO3-139584 DUE 033100
POC Gary A. Golinski, Contracting Officer, Phone (216) 433-2790, Fax
(216) 433-2480, Email Gary.A.Golinski@grc.nasa.gov WEB: Click here for
the latest information about this notice,
http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=22#RFO3-1395
84. E-MAIL: Gary A. Golinski, Gary.A.Golinski@grc.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. This announcement
constitutes the only solicitation; offers are being requested and a
written solicitation will not be issued. This notice is being issued as
a Request for Offer (RFO) for: Statement of Work Storable Thruster
Upgrade Technology Introduction Present spacecraft bipropellant
propulsion systems almost exclusively employ nitrogen tetroxide with
hydrazine or monomethyl hydrazine as propellants. Future spacecraft,
especially rendezvous and planetary descent spacecraft, may derive
significant benefits from higher performance chemical thrusters.
Hypergolic propellants, such as, but not limited to, oxygen difluoride
with hydrazine or monomethyl hydrazine are to be investigated. The
performance goal is 380 seconds of specific impulse. This performance
goal is estimated to be attractive enough to displace nitrogen
tetroxide. The addition of little system complexity and dry weight over
present spacecraft bipropellant propulsion systems is another goal.
Nature of Procurement NASA plans to establish a research effort in the
area of storable thruster upgrade technology. This program is expected
to consist of a Base Program followed by one Option. The Base Program
will examine the technology base for using hypergolic propellants, such
as, but not limited to oxygen difluoride with hydrazine or monomethyl
hydrazine in storable bipropellant propulsion systems. The program will
conduct exploratory thruster performance tests, and recommend a rocket
development program to be implemented in the subsequent Option. A
description of the content of this base program and the option is given
below. Base Program The effort in this Base Program involves a review
of the literature for using hypergolic propellants, such as, but not
limited to oxygen difluoride with hydrazine or monomethyl hydrazine in
storable bipropellant propulsion systems. The impact of using the
proposed propellants in lieu of nitrogen tetroxide with hydrazine or
monomethyl hydrazine shall be estimated for selected applications. The
technology base for the use of the proposed propellants shall be
evaluated. A rocket development program shall be recommended along with
a preliminary design for a flexible test bed rocket. Exploratory tests
with the proposed propellants shall be conducted to support the
preliminary design effort. Option This effort of this Option of the
program involves the detailed design, fabrication, and testing of the
flexible test bed rocket. The thruster performance goal of this effort
is 380 seconds of specific impulse. Scope of Work The Contractor shall
provide the necessary personnel, facilities, equipment, services, and
materials to conduct a liquid propellant rocket technology development
program. Specific Tasks The Contractor shall accomplish the Scope of
Work by performance of the specific tasks which follow. Basic Program
Task 1. Mission Analysis The Contractor shall conduct a review of the
literature for using hypergolic propellants, such as, but not limited
to oxygen difluoride with hydrazine or monomethyl hydrazine in storable
bipropellant propulsion systems. A hypergolic, storable,
high-performance, propellant combination shall be proposed for thruster
development with a performance goal of 380 seconds of specific impulse.
The impact of using the proposed propellants in lieu of nitrogen
tetroxide with hydrazine or monomethyl hydrazine shall be estimated for
selected applications. The addition of little system complexity and dry
weight over present spacecraft bipropellant propulsion systems is a
system goal. The technology base for manufacturing, along with ground
and space handling of the proposed propellants shall be evaluated. The
Contractor shall present results of their evaluation along with the
recommended approach for a rocket development program to the NASA
Project Manager within 30 days of the effective date of this contract
by means of an informal written report. The NASA Project Manager will
approve and/or submit any changes to the recommendations within
fourteen (14) days after the Contractor's submission. Task 2.
Exploratory Tests The Contractor shall conduct exploratory tests with
the proposed propellants to support a preliminary design effort. These
tests shall expedite the development of the thruster technology. For
example, injector design, ignition delay, combustion stability or other
issues identified by the Contractor shall be examined. Task 3.
Preliminary Design of the Test Bed Rocket After receipt of approval of
the recommended approach for a rocket development program, the
Contractor shall prepare a preliminary design of a flexible test bed
rocket. This flexible test bed rocket shall be designed such that
hardware modification for the exploration of rocket design options is
facilitated. The Contractor shall predict the performance of the rocket
design. The Contractor shall present this preliminary design, including
exploratory test results, to the NASA Project Manager within twelve
(12) months of the effective date of this contract by means of an
informal written report. The NASA Project Manager will approve and/or
submit any revisions to the preliminary design within fourteen (14)
days after receipt of the report. The total level of effort (including
materials and propellants) estimated for this Basic Program is three
(3) equivalent professional man-years Option Task 4. Detailed Design of
the Test Bed Rocket After receipt of approval of the preliminary design
of a flexible test bed rocket, the Contractor shall prepare a detailed
design with supporting analyses. The Contractor shall also prepare a
Test Plan for the rocket, which includes, but is not limited to
performance, ignition delay, thermal characteristics, and stability
tests. The Contractor shall present this detailed design and Test Plan
to the NASA Project Manager within six (6) months of receipt of
approval to proceed with the Option by means of an oral presentation to
be given at the Contractor's facility. The NASA Project Manager will
approve and/or submit any revisions to the detailed design and Test
Plan to the Contractor within fourteen (14) days after the date of
presentation. The actual date and time of the presentation will be
determined by the NASA Project Manager. Task 5. Fabrication of the Test
Bed Rocket After receipt of any design revisions from the NASA Project
Manager in Task 4, the Contractor shall fabricate the flexible test
bed rocket. Task 6. Test Bed Rocket Tests The Contractor shall install
the flexible test bed rocket fabricated in Task 5 in his facility and
conduct a test program. The tests shall be conducted according to the
approved Test Plan in Task 4. These tests shall continue,
incorporating hardware modifications as needed until the design concept
is evaluated. The Contractor shall calculate the experimental
performance of the rocket and compare the results with the performance
prediction in Task 3 and with the supporting analyses in Task 4. The
Contractor shall complete the tasks of this Option within twenty-four
(24) calendar months after approval to proceed with this Option. The
total level-of-effort (including materials and propellants) estimated
for this Option is five (5) equivalent professional man years. Task 7.
Reports In addition to the reporting requirements set forth in this
contract, the Contractor shall provide a final report at the end of the
Basic Program and at the end of the Option. A final summary
presentation of the Final Reports for the Basic Program and the Option
shall be given at NASA Glenn Research Center by means of an oral
presentation at times, dates, and exact locations to be determined by
the NASA Project Manager. The provisions and clauses in the RFO are
those in effect through FAC 97-15. The SIC code and the small business
size standard for this procurement are 8711 and $20M respectively. The
offeror shall state in their offer their size status for this
procurement. All qualified responsible business sources may submit an
offer which shall be considered by the agency. Delivery shall be FOB
Destination. The DPAS rating for this procurement is DO-C9. Offers for
the items(s) described above are due by 3/31/00 and must 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. Offerors are encouraged to use the Standard Form 1449,
Solicitation/Contract/Order for Commercial Items form found at URL:
http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a offer.
Offerors shall provide the information required by FAR 52.212-1. If the
end product(s) offered is other than domestic end product(s) as defined
in the clause entitled "Buy American Act -- Supplies," the offeror
shall so state and shall list the country of origin. FAR 52.212-4 is
applicable. FAR 52.212-5 is applicable. The FAR may be obtained via the
Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via
the Internet at URL:
http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions
regarding this acquisition must be submitted in writing no later than
March 7, 2000. Selection and award will be in accordance with FAR
52.212-2 with the following value characteristics: Best Value
Characteristics Storable Thruster Upgrade Technology The following
value characteristics are applicable to this procurement: 1. Evidence
of maturity of the storable thruster technology proposed for upgrade.
2. The flexibility in making hardware modifications during testing. 3.
The Contractor's experience and past performance in the research and
development of storable bipropellant thrusters. 4. The qualifications
of the personnel to be used and their experience in the research and
development of storable bipropellant thrusters. 5. The excellence of
the Contractor's facilities and equipment for the conduct of storable
bipropellant thruster development, and thruster testing. 6. Prior same
or similar contract performance demonstrating on-time, within-budget
completion and/or delivery of similar end items. Technical
acceptability will be determined by information submitted by the
offeror providing a description in sufficient detail to show that the
product offered meets the Government's requirement. Offerors must
include completed copies of the provision at 52.212-3, Offeror
Representations and Certifications -- Commercial Items with their
offer. These may be obtained via the internet at URL:
http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/. These
representations and certifications will be incorporated by reference in
any resultant contract. An ombudsman has been appointed -- See Internet
Note "B". Prospective offerors shall notify this office of their intent
to submit an offer. It is the offeror's responsibility to monitor the
following Internet site for the release of solicitation amendments (if
any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=22
Potential offerors will be responsible for downloading their own copy
of this combination synopsis/solicitation and amendments (if any).
Posted 02/18/00 (D-SN427036). (0049) Loren Data Corp. http://www.ld.com (SYN# 0005 20000223\A-0005.SOL)
A - Research and Development Index Page
|
|