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