Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2014 FBO #4660
SOURCES SOUGHT

A -- RESEARCH AND TECHNOLOGIES FOR AEROSPACE PROPULSION SYSTEMS 2 - RTAPS 2

Notice Date
8/26/2014
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC14ZK0013R
 
Response Due
9/10/2014
 
Archive Date
8/26/2015
 
Point of Contact
Bernadette J. Kan, Contract Specialist, Phone 216-433-2525, Fax 216-433-5093, Email Bernadette.J.Kan@nasa.gov
 
E-Mail Address
Bernadette J. Kan
(Bernadette.J.Kan@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The NASA Glenn Research Center (GRC) is in the process of planning a requirement entitled, "Research and Technologies for Aerospace Propulsion Systems 2" (RTAPS2). This will support key challenges in the areas of communications, structures & materials, power, propulsion systems for aeronautics vehicles; and propulsion and communication systems for space missions and vehicles. The objective of this proposed effort is to develop, demonstrate, and verify advanced technologies as part of NASAs on-going, long-term aerospace research programs in these areas. The Glenn Research Center plans to develop competitive task-order contract instruments for the technology areas listed below. To fulfill these requirements, NASA plans to release a Request for Proposal (RFP) in or about December 2014. This RFP will result in Multiple Awards to various Contractors that can meet or exceed requirements in the following four (4) technology areas: (1) Air Breathing Propulsion Technology, (2) Space Propulsion, (3) Aeronautics Communications, and (4) Space Communications. Technology Area (1) Air Breathing Propulsion Technology: Development and demonstration of advanced engine technologies that will enable revolutionary improvements in emissions, noise, capacity and safety with increased operating efficiency and reduced fuel consumption. Technology Area (1): Air Breathing Propulsion Technology includes the following subareas: Concept Development and Systems Studies; High Power Density Engine Turbomachinery; Advanced Combustors and Alternative Fuels; Low Noise Propulsion Technologies; Inlets and Nozzles; Variable, Combined and Hybrid Engine Systems; Engine Icing; Materials and Structures; and Instrumentation, Sensors, Controls and Intelligent Systems. Technology Area (2) Space Propulsion: Development of advanced space propulsion technologies to enable missions with higher performance, reduced cost, improved reliability, and improved safety. Technical challenges will be addressed in chemical, electric, and micro propulsion areas including alternate propellants, thruster performance, novel concepts, thermal control, cryogenics, propellant and combustion product properties, chemistry, and fluid dynamics, and advanced concepts. The Technology Area 2 Space Propulsion includes the following subareas: Propulsion System Design and Trade Studies; Non-toxic Chemical Propulsion Systems; Hypergolic Propulsion Systems; Propellant Systems; Cryogenic Propellant Systems; Noncryogenic (Earth-storable) Propellant Systems; Electric Propulsion; Rocket-Based Combined Cycle Propulsion Systems; and Advanced Propulsion Systems. Technology Area (3): Aero Communications. Perform research and analysis of advanced aeronautical Communications, Navigation, Surveillance and Information (CNSI) systems supporting the operations, capacity, safety and vehicle integration requirements of the national and global airspace systems. Technology Area (4): Space Communications research and development for spacecraft communication links for command, telemetry, and science data transfers as well as navigation support, focusing on Ka and optical bands. The Technology Area 4 Space Communications includes the following sub-areas: studies of advanced concepts using analytical and computational tools; components, subsystems enabling advanced space and ground transceivers and transponders; advanced network technologies; technologies for space optical communication systems; and space and ground radio frequency systems. The attached Draft Statement of Work (SOW) contains additional information regarding the projected requirements. The draft solicitation may include hybrid contract types such as: (1) cost plus fixed fee (CPFF), (2) firm fixed price (FFP), and (3) cost share. The resulting multiple award IDIQ contracts will have an ordering period of five (5) years, The NAIS Code is 541712 and 1,000 employees respectively. The purpose of this Sources Sought Announcement is to publicize the future release of this procurement and to measure the degree of interest/capability of industry both large and small businesses and academia in the areas of research identified above. To assist NASA GRC in determining the appropriate level of subcontracting goals and/or potential participation in the (RTAPS 2) effort by the Small Business community, NASA GRC is seeking capability statements from Small, Small Disadvantaged (SDB), Women-owned Small Business (WOSB's), Historically Underutilized Business (HUB) Zone, Veteran Owned Small Businesses (VOSB), Small Disabled Veteran Owned Small Businesses (SDVOB) and Historically Black Colleges and Universities (HBCU). All interested Small Businesses, SDBs, WOSBs, HUB Zone, VOSB, SDVOB, and HBCU that have proven experience and/or capability in any of the four (4) areas identified above, are encouraged to respond. To further assist NASA GRC in identifying potential subcontracting goals, it is requested that all Large Business Concerns recommend small business subcontracting goals for Small Business, SDBs, WOSBs, HUB Zone, VOSB, SDVOB and HBCU. Please include in your response to this sources sought the potential percentage (%) subcontracting goals (by research area) that may be offered to such concerns under this effort. Responses must include the following: name and address of firm, DUNS number, number of employees; ownership; whether large, small, SDB, WOSB, HUB Zone, VOSB, SDVOB, and HBCU; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past three years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). A DRAFT Request for Proposal (RFP) is expected to be posted about late September, 2014, for industry review and comment. The Formal RFP will be posted after receipt and review of all Industry Comments provided for consideration. The solicitation and any 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/GRC Business Opportunities page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 The Government does not intend to acquire a commercial item using FAR Part 12. Prospective offerors shall notify this office of their intent to submit an offer. It is the offerors responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Any referenced notes can be viewed at the following URL linked below. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of 2 pages or less indicating the ability to perform all aspects of the Technology Area effort described herein. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. All interested and responsible offerors (both large and small) and academia may submit information regarding their interest and capabilities on or before September 10, to the following individual: Bernadette J. Kan, NASA-Glenn Research Center, 21000 Brookpark Rd, MS: 60-1, Cleveland, OH 44135, bernadette.j.kan@nasa.gov. Please reference NNC14ZK0013R in any response. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC14ZK0013R/listing.html)
 
Record
SN03481374-W 20140828/140826235746-d0d63be6413977488e230bd1b5fff397 (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.