SOURCES SOUGHT
A -- Ground Testing and Data Analysis
- Notice Date
- 2/4/2016
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Mail Code: BH, Houston, Texas, 77058-3696, United States
- ZIP Code
- 77058-3696
- Solicitation Number
- NNJ16574316L
- Point of Contact
- J.R. Carpentier,
- E-Mail Address
-
john.r.carpentier@nasa.gov
(john.r.carpentier@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/CENTER is hereby soliciting information about potential sources for aerodynamic and aerothermodynamics ground testing and data analysis of scaled space vehicles. This effort consists of designing, planning and conducting experiments to simulate vehicles in flight and to understand the aerodynamic and aerothermodynamics environments imposed on these flight vehicles during ascent to and re-entry from space. NASA/JSC intends to purchase instrumented models, data analysis and reporting from a testing facility that has specific capabilities. These capabilities include (1) the ability to instrument test models with very small and densely spaced instrumentation to measure pressure and heat transfer rates, (2) the ability to test at enthalpy levels most representative of flight conditions for a ground test facility, (3) the ability to test at free stream Mach numbers up to Mach 30, (4) the ability to test very large model sizes with adequate test duration to allow for flow establishment completely around the model. A testing facility will be considered that possesses all of the required capabilities. The National Aeronautics and Space Administration (NASA) Johnson Space Center is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for [DESCRIPTION OF PROCUREMENT]. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. 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 offeror's 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 6 pages or less indicating the ability to perform all aspects of the effort described herein. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. 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. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. All responses shall be submitted to J.R. Carpentier at john.r.carpentier@nasa.gov not later than 4:30 p.m. local time on February 16, 2016. Please reference NNJ16574316L in any response. Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9088e8f570593252ed2643720e081813)
- Record
- SN04010728-W 20160206/160204235520-9088e8f570593252ed2643720e081813 (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 |