Status Report

NASA Langley RFI: Environmentally Friendly Flight Demonstrations Enabling Efficient Transports

By SpaceRef Editor
February 13, 2015
Filed under , ,

REQUEST FOR INFORMATION FOR ENVIRONMENTALLY FRIENDLY GROUND AND FLIGHT DEMONSTRATIONS ENABLING ULTRA EFFICIENT SUBSONIC COMMERCIAL AND CARGO TRANSPORTS

 

Synopsis – Feb 12, 2015

Attachments – Posted on Feb 12, 2015

 

General Information

 

    Solicitation Number: NNL15ZB1012L

    Posted Date: Feb 12, 2015

    FedBizOpps Posted Date: Feb 12, 2015

    Recovery and Reinvestment Act Action: No

    Original Response Date: Mar 16, 2015

    Current Response Date: Mar 16, 2015

    Classification Code: A — Research and Development

    NAICS Code: 541712

 

Contracting Office Address

 

NASA/Langley Research Center, Mail Stop 12, Industry Assistance Office, Hampton, VA 23681-0001

 

Description

 

NASA’s Aeronautics Research Mission Directorate (ARMD) strategy is guided by Six Strategic Thrusts identified in response to three overarching global mega-drivers that will, in large part, shape the needs of aeronautical research in the coming years (see Attachment A).

 

This Request for Information (RFI) focuses on Strategic Thrust 3: Ultra-Efficient Commercial Vehicles and, more specifically, on system/subsystem/technology solutions for environmentally friendly subsonic fixed wing commercial transports that carry people and/or cargo. Future RFIs may address other ARMD Strategic Thrusts. NASA’s technology development goals for subsonic commercial transports target aircraft noise, emissions, and energy consumption as set forth in Attachment B. More information on NASA Aeronautics is available at http://www.aeronautics.nasa.gov/

 

 

Starting in FY16, ARMD’s Integrated Aviation Systems Program (IASP) and Advanced Air Vehicles Program (AAVP) and associated centers will be performing Flight Demonstrations (FD) and complex Ground Demonstrations (GD) that mature select technologies to a Technology Readiness Level (TRL) of 5/6. In addition, FDs may include flight research of early integrated, transformative ideas. The FDs and GDs will provide research results enabling definitive progress towards the research themes associated with Strategic Thrust 3 – Ultra Efficient Commercial Vehicles as shown in Attachment A. To accomplish TRL of 5/6, it is recognized that some technologies require FD (e.g. integrated aero/structure/control concepts like an advanced wing trailing-edge system), while others require complex GD to achieve this same TRL (e.g. advanced combustor integrated in a propulsion system, or a large scale structural ground test with a novel material/manufacturing approach).

 

Both FD and GD are within the scope of this RFI. NASA is interested in a diverse portfolio of demonstrations that will vary in terms of execution time and total investment. The FDs and GDs should be planned to complete execution within one to three years (not including planning/formulation) and require total investments estimated to be in the range of $10 million to $60 million (per demonstration) that includes NASA and partner contributions (see 4a below). ARMD’s Programs are crafting an acquisition strategy, with a solicitation round planned for release in the FY16 time period. The program is considering all acquisition strategies available, including: competitions using a NASA Research Announcement (NRA); FAR Part 15 based competitions; competitions using existing Indefinite Delivery, Indefinite Quantity type contracts; and other transactions (such as non-reimbursable Space Act Agreements).

 

Potential procurement mechanisms include cooperative agreements, FAR based contracts and task orders, and non-reimbursable Space Act Agreements. Part of this acquisition strategy includes methods of performing collaborative research, including substantive cost sharing with industry partners, via cooperative agreements, cost share contracts, and other agreements. The purpose of the RFI is to solicit (1) recommendations of technologies associated with the Thrust 3 Research Themes ready for Integrated FD or GD, a statement of the specific technical barrier or hurdle to be overcome, and associated test campaigns that can be completed in a three year window; (2) product-focused transition plans associated with the identified technologies; (3) comments on acquisition strategy, including existing contract and other vehicles that could be utilized for the FD or GD demonstration, and cost sharing; (4) recommendations of types of business vehicle(s) (such as cooperative agreement, cost share contract, etc.) that would best address program goals and your area of interest considering: (4a) partner cost sharing expectations that may exceed 50%, depending on the technology/demonstration; (4b) Intellectual property rights challenges; (5) a list of potential of NASA facilities and potential flight assets (NASA and others) that may be used; and 6) realistic, yet innovative, approaches to the execution of the proposed demonstrations with the goal of containing total demonstration cost and schedule.

 

Interested parties should submit a written response in Microsoft Word or pdf via electronic submission. The response should include: for each FD/GD, a summary quad chart (see Attachment C) and a one page executive summary; and, a response to the above requested information of 5 pages or less.

 

Interested parties are also requested to provide the following: name and address of firm, size of business, whether they are large or any category of small business*, number of years in business, affiliate information (parent company, joint venture partners, potential teaming partners, and prime contractor (if potential sub) or subcontractors (if potential prime)). This information is separate from the capability statement and is not included in the 5 page limitation. Unencrypted responses should be submitted to FDC-RFI@mail.nasa.gov with a copy to william.f.cann@nasa.gov e-mail address. Proposal submissions may be submitted via encrypted e-mail (PKI) (recommended if proprietary information is included) directly to william.f.cann@nasa.gov .

 

The FDC-RFI@mail.nasa.gov e-mail address cannot receive encrypted e-mail. If so requested in your response, all information received from this RFI will be considered confidential and proprietary; however, NASA intends to use responses to inform our portfolio investment and potential acquisition strategy. Proprietary and export controlled information should be marked appropriately in your response to the RFI.

 

Respondents are advised that NASA is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted under this RFI. NASA may contact respondents to this RFI if clarifications or additional information is desired.

 

No solicitation exists; therefore, do not request a copy of the solicitation. This pre-solicitation synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the government to form a binding contract.

 

Submittals shall be compliant with all legal and regulatory requirements concerning limitations on export controlled items. Respondents will not be notified of the results. It is the offeror’s responsibility to monitor FedBizOpps.gov for the release of the solicitation and amendments (if any).

 

Point of Contact

 

    Name: William Cann

    Title: Contract Specialist

    Phone: 757-864-2254

    Fax: 757-864-6641

    Email: william.f.cann@nasa.gov

 

    Name: Roberta I Keeter

    Title: Contracting Officer

    Phone: 757-864-2521

    Fax: 757-864-6966

    Email: Roberta.I.Keeter@nasa.gov

X

SpaceRef staff editor.