Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,2000 PSA#2542

NASA/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