MODIFICATION
A -- DEVELOPMENT AND TESTING OF ROLL CONTROL THRUSTER AND VALVE PACKAGE FOR NASA'S CREW LAUNCH VEHICLE
- Notice Date
- 6/13/2006
- Notice Type
- Modification
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
- ZIP Code
- 35812
- Solicitation Number
- NNM06158472R
- Response Due
- 6/27/2006
- Archive Date
- 6/13/2007
- Description
- This is a modification to the synopsis entitled, DEVELOPMENT AND TESTING OF ROLL CONTROL THRUSTER AND VALVE PACKAGE FOR NASA'S CREW LAUNCH VEHICLE, which was posted on May 23, 2006. You are notified that the following changes are made: NASA is seeking procurement of two advanced development thrusters as part of the CLV Upper Stage Program. This action is part of multiple advanced development acquisitions that are required prior to the Upper Stage Production Contract being awarded. Ultimately, the Upper Stage Production contractor will be responsible for the manufacture and integration of the Upper Stage and these components. Further CLV US planning information is available at http://prod.nais.nasa.gov/eps/eps_data/119491-OTHER-001-001.pdf . The intent is to pursue a thruster design maturation approach to reduce potential development schedule risk associated with uncertainties in the guidance navigation and control requirements of the Constellation Crew Launch Vehicle (CLV). Each thruster design will be capable of meeting the baseline CLV requirements for the roll control function during First Stage operation. The first thruster option will be an 800 pound vacuum thrust-class, at vacuum, bi-propellant design that utilizes hypergolic monomethyl hydrazine and nitrogen tetroxide propellants. A thrust range of +/- 100 lb is acceptable for the 800 lb vacuum thrust-class bipropellant thruster. The second thruster option will be a 400 pound vacuum thrust-class, at vacuum, monopropellant design that will utilize hydrazine propellant. A thrust range of +/- 50 lb is acceptable for the 400 lb thrust-class monopropellant thruster. Both design options will be capable of pulse, off-pulsing, and steady state operation from sea level to 180,000 feet altitude over the 132 second First Stage operational period. The procurement will consist of a base period and options. The government will reserve the right to make single or multiple awards. In the event a single award is made: During the base period, the 800 pound-thrust class bi-propellant thruster and/or the 400 pound-thrust class monopropellant thruster will be designed and matured to a level capable of supporting the CLV Upper Stage vehicle development schedule. During the base period, a valve package capable of supporting both monpropellant and bipropellant design approaches will be designed, developed and tested. Two options will be included. The first option will be for the development and testing of a flight-like and flight-weight development-level 400lb thruster and valve package that will meet the CLV vehicle requirements and objectives. The second option will be for the development and testing of a flight-like and flight-weight development-level 800lb thruster and valve package that will meet the CLV vehicle requirements and objectives. The decision on which, if any option will be exercised will be made once the program requirements are clarified. Testing at the thruster and valve levels consists of representative operating conditions to validate the design to enable proceeding into formal qualification and production in a follow-on effort. In the event a multiple award: During the base period, either the 800 pound-thrust class bi-propellant thruster or the 400 pound-thrust class monopropellant thruster will be designed and matured to a level capable of supporting the CLV Upper Stage vehicle development schedule. During the base period, a valve package capable of supporting either or both monpropellant and bipropellant design approaches will be designed, developed and tested. The contract will include an option for the development and testing of a flight-like and flight-weight development-level thruster and valve package that will meet the CLV vehicle requirements and objectives (either 400lb or 800lb). The decision on which, if any option will be exercised will be made once the program requirements are clarified. Testing at the thruster and valve levels consists of representative operating conditions to validate the design to enable proceeding into formal qualification and production in a follow-on effort. In order to meet CLV program critical milestones, completion of the proposed base period development effort is anticipated to be completed within 11 months from ATP with the selected option to be completed 13 months after completion of the base period. Responses identifying the offeror's experience and capabilities to satisfy the Government's requirements outlined above should be a specific as practicable. Electronic submission is preferred. The due date for responses is hereby extended through June 27, 2006. Documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/MSFC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62 Offerors are responsible for monitoring this site for the release of the solicitation and any amendments. Potential offerors are responsible for downloading their own copy of the solicitation and amendments (if any).
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62#120331)
- Record
- SN01068963-W 20060615/060613221536 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |