MODIFICATION
B -- CONSTELLATION PROGRAM RESCUE AND RECOVERY METHODOLOGIES
- Notice Date
- 5/21/2007
- Notice Type
- Modification
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BT
- ZIP Code
- 00000
- Solicitation Number
- NNJ07ZTA005L
- Response Due
- 5/25/2007
- Archive Date
- 5/21/2008
- Small Business Set-Aside
- N/A
- Description
- This is modification 1 to the synopsis entitled ?Constellation Program Rescue and Recovery Methodologies?, solicitation NNJ07ZTA005L, posted on May 2, 2007. You are notified that the following additional information is provided. Requests for specific information regarding this RFI are currently not available. At present, we have not determined any specific recovery architecture and intend to perform analyses based on information received from this RFI to determine future requirements (launch commit criteria, design criteria, etc...) Two ground tracks are being considered. The first is a prograde trajectory departing KSC and proceeding along a 51.6 degree inclination to intercept the International Space Station. The ground track heads along the Eastern Seaboard up to Newfoundland and proceeds across the North Atlantic until reaching Ireland. This is the portion of the trajectory that is currently being studied for launch abort scenarios. The lunar trajectory will launch prograde from KSC to a 28.5 degree inclined orbit. The impact probability zones and a probability risk assessment are currently being investigated so information on these products are not available at this time. The results from these studies will be used in conjunction with the performance capabilities determined feasible for rescue and recovery operations to support a decision on what assets and/or capability to acquire. The sea state launch commit criteria and sea state temperature impacts will be based around the responses to this RFI and the subsequent analyses. Schedule robustness in proving recovery architectures that conduct safe and reliable recoveries in higher sea states is of importance. The specifics of the CEV are currently unknown, as such, we can not answer questions on survival equipment, buoyancy devices, and location and communication systems. It is recommended using Apollo as an analogy. Lifting hardware and attach points are to be decided, and will be derived from the chosen recovery methodology. Concerning Coast Guard Rescue Coordination Center, DoD ground rules state that the DoD will only provide capability that is unique. (i.e. capability that NASA can not provide or contract out to a commercial operation). We are currently investigating commercial capabilities to both complement the Coast Guard and also to seek cost effective ways to conduct recoveries specifically designed around the needs and the requirements unique to the CEV that mitigate the most risk to flight crew and ground operators. This RFI is written to allow for varied methodologies and innovative concepts. The due date for responses is not extended. 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/JSC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73 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=73#124601)
- Record
- SN01299815-W 20070523/070522000312 (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 |