Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 7,2000 PSA#2637

NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

A -- R&D ON LOW-SPEED ENGINE ANALYSIS FOR HYPERSONIC VISION VEHICLES (EMPHASIS ON SINGLE STAGE TO ORBIT VEHICLES) SOL 1-168-RA.1290 DUE 072000 POC Kimberly D. Duncan, Contract Specialist, Phone (757) 864-3566, Fax (757) 864-6966, Email k.d.duncan@larc.nasa.gov -- Susan E. McClain, Contracting Officer, Phone (757) 864-8863, Fax (757) 864-9775, Email s.e.mcclain@larc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=23#1-168-RA. 1290. E-MAIL: Kimberly D. Duncan, k.d.duncan@larc.nasa.gov. NASA/LaRC plans to issue a Request for Quotation (RFQ) for an R&D effort for low-speed engine analysis for hypersonic vision vehicles (emphasis on single stage to orbit vehicles). The purpose of the Phase II propulsion study for a low speed accelerator for Hypersonic Vision vehicles is to evaluate conventional and innovative cycles to identify the propulsion system that achieves aircraft system requirements. This work builds on previous studies that evaluated a "baseline" comparison of the performance and design attributes of an afterburning turboject and AceTR cycle engines. The vision is a 50-inch diameter engine with a 2020 vehicle Initial Operational Capability. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). NASA/LaRC intends to purchase the items from Pratt and Whitney (P&W) who has unique services available from only one source. This procurement requires the cycle optimization of an Air Core Enhanced Turboramjet (AceTR) and After-Burning Turbojet for Airbreathing Launch Vehicles (ABLV) as well as establishing metallic architectures. The nonmetallic baseline designs for both these engines were previously established. The AceTR engine design/cycle is proprietary to P&W, and thus, optimization of this engine cycle for acceleration of horizontal takeoff/landing airbreathing launch vehicle designs from takeoff to Mach 4.5 can only be performed by P&W. This is an interium procurement while this program is being transferred to Glenn Research Center. It is anticipated that a competitive proposals will be issued in the Spring of 2001. The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. 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 July 20, 2000. 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. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. An Ombudsman has been appointed. See NASA Specific Note "B". Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html Posted 07/05/00 (D-SN471360). (0187)

Loren Data Corp. http://www.ld.com (SYN# 0004 20000707\A-0004.SOL)


A - Research and Development Index Page