Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2007 FBO #1966
SOLICITATION NOTICE

A -- MARS SCIENCE LABORATORY ENTRY DESCENT AND LANDING INSTRUMENTATION ARCJET TESTING

Notice Date
4/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
NNL07AD15Q
 
Response Due
4/25/2007
 
Archive Date
4/13/2008
 
Small Business Set-Aside
N/A
 
Description
NASA/LaRC has a requirement to conduct arcjet testing of an ablative thermal protection system (TPS) material. The Mars Science Laboratory Entry, Descent and Landing Instrumentation (MEDLI) project has been approved to incorporate an atmospheric data system into the Mars Science Laboratory heatshield, for collecting valuable environmental data during the Mars entry. This data system includes a series of pressure ports, through the TPS, which feed to pressure transducers mounted inside the aeroshell. The MEDLI project is on a very aggressive schedule, and an early determination of the proper port configuration is critical to successful integration with the MSL schedule. A matrix of arcjet tests is necessary to find the port diameter that can be sustained under pyrolysis and ablation, providing a good pressure measurement without compromising heatshield integrity. A series of 14 test runs were performed at the Boeing Large Core Arc Tunnel (LCAT) from February 19 to March 1, 2007, to evaluate various size pressure ports in the Super Lightweight Ablator (SLA) 561V heat shield material at MSL-relevant entry heating levels. During this test series, some of the data requirements were compromised because of the small model size (2 inches), chosen by NASA to meet the test conditions. The test results showed a need to perform further testing to improve the data fidelity by using a larger model size (3 to 4 inches). Boeing performed a series of exploratory calibration runs from March 26 to March 30, 2007, to assess the potential of the LCAT facility to meet the required conditions with a larger nozzle, to accommodate 3 to 4 inch samples. This calibration series confirmed that the conditions can be met in the LCAT facility, on samples of 3 to 4 inch diameter. The next test series at LCAT is required, to recover data compromised in the previous test effort due to the small model size, and to acquire additional data to evaluate pressure port size effectiveness. For the next test series, expected conditions at the pressure port locations range between 100 and 140 W/cm2 in hot wall heat rate, and 0.15 to 0.25 atmospheres in pressure. The test matrix consists of 9 points spanning these conditions, with 2 port diameters to be compared at each condition. These tests will require up to eight thermocouple and four pressure transducer accommodations per sample. NASA/LaRC intends to purchase the arcjet testing services from Boeing, Inc. who is the only known source for providing these arcjet conditions on a reliable schedule in the timeframe required. The NASA/Ames arcjet complex could accomplish these test conditions, but the schedule is very constrained and volatile. A recent facility failure at Ames has increased the uncertainty in the ability to accomplish these tests in the timeframe needed. The tests need to be started by late May 2007 to define the configuration, so a test facility must be secured immediately. The lead time for fabricating the facility-dependent samples is 3 weeks. During the testing, the facility must implement procedures for safeguarding the proprietary materials to be tested, such as keeping the test samples in a locked cabinet and limiting personnel access to the tests. Boeing is equipped to implement such procedures. Authority for the Justification for Other Than Full and Open Competition is provided by FAR 6.302-1 - Only one responsible source and FAR 13.5 Test Program for Certain Commercial Items (PL 104-106, Section 4202 of the Clinger-Cohen Act of 1996 as amended by PL 109-163, Section 1443 of the FY 2006 National Defense Authorization Act). This authority is available for use in acquiring commercial items not exceeding $5.5 million. The Boeing Company, is the only responsible source and no other supplies or services will satisfy Agency requirements under the authority 10 U.S.C. 2304 (c)(1). The Government intends to acquire a commercial item using FAR Part 12 and Part 13.5, Test Program for Certain Commercial Items. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 4:30 p.m. local time on April 25, 2007. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. All responsible sources may submit an offer which shall be considered by the agency. An Ombudsman has been appointed. See NASA Specific Note "B".
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=23#124333)
 
Record
SN01273322-W 20070415/070413221544 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.