Status Report

NASA LaRC RFI For Development & Prefabrication of Lightweight Forebody Structure For Sample Return Earth Entry Vehicle

By SpaceRef Editor
September 23, 2014
Filed under , ,

REQUEST FOR INFORMATION FOR THE DEVELOPMENT AND FABRICATION OF A LIGHTWEIGHT FOREBODY STRUCTURE APPLICABLE TO A SAMPLE RETURN EARTH ENTRY VEHICLE

Synopsis – Sep 18, 2014

RFI with Figure 1 – Posted on Sep 18, 2014 https://prod.nais.nasa.gov/cgi-bin/eps/sol.cgi?acqid=162713#Other%2001

General Information

    Solicitation Number: SS-LightweightForebody

    Posted Date: Sep 18, 2014

    FedBizOpps Posted Date: Sep 18, 2014

    Recovery and Reinvestment Act Action: No

    Original Response Date: Oct 15, 2014

    Current Response Date: Oct 15, 2014

    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 Langley Research Center is issuing this RFI for information regarding the design,

development, and fabrication of a lightweight forebody structure applicable to a sample return Earth

Entry Vehicle (EEV). Pertinent requirements / constraints include the following (see Figure 1,

attached):

    * forward shell shape: spherical nose transitioning to a 60o half-angle cone o vehicle diameter: 1 to 1.5 m o forward structure height: 0.30-0.35 m o nose radius: 0.75 – 0.8 * vehicle radius 

    * must allow for interface with an aftbody structure 

    * entry pressure: ~20 kPa (at an expected maximum design temperature of 150 C) 

    * launch loads / environments consistent with Atlas V / Delta IV vehicles, transferred through a carrier spacecraft integration interface via 3 hard-points 

    * maintain local deflections compatible with TPS strains at the bondline with a radius of curvature no less than 1270 cm 

    * provide a compatible interface with a composite cylindrical payload support structure located in the nose of the vehicle o with a diameter consistent with the forward shell transition from the spherical nose to the conical flank o total mass (incl. payload) of 15-30 kg 

    * provide predicable structural response

The design may utilize any desired fabrication materials and techniques so long as they provide for a minimum mass at minimum cost solution. The design must also be easily adaptable to changes in the program requirements (e.g. vehicle diameter, payload mass and volume, etc.) with minimal impact to the design concept, manufacturing process, material selections, cost, etc.

    Responses to this request must include the following:

    * conceptual design including materials

    * description of fabrication process including an overview of in-house manufacturing capabilities * summary of any elements which may be provided by a third party sub-contract 

    * ROM estimate of the fabrication schedule for a single unit 

    * ROM estimate of cost for 1 development and 2 flight units (to include any and all design verification / validation and acceptance testing)

   NASA LaRC is exploring make/buy trades in preparation for developing a proposal in response to an upcoming Announcement of Opportunity. Please furnish a full response for general access by Government evaluators. Material provided may be used in developing future solicitations. Any proprietary information submitted must be clearly and separately identified and marked and will be appropriately protected. The Government will not be responsible for any proprietary information not clearly marked. Non-proprietary information may be shared with industry and/or academia partners.

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.

Responses to this RFI are open to all categories of U.S. and non-U.S. organizations, including educational institutions, industry, not-for-profit institutions, the Jet Propulsion Laboratory, as well as NASA Centers and other U.S. Government Agencies. Historically Black Colleges and Universities (HBCUs), Other Minority Universities (OMUs), small disadvantaged businesses (SDBs), veteran-owned small businesses, service disabled veteran-owned small businesses, HUBzone small businesses, and women-owned small businesses (WOSBs) are encouraged to apply. Responses from non-U.S. organizations are welcome but subject to NASAs policy of no exchange of funds, in which each government supports its own national participants and associated costs.

Responses to this synopsis shall be limited to 20 pages in not less than 12-point font. All responses shall be submitted to LaRC electronically via email by 4:00pm EST on October 15, 2014, to Robert Maddock (robert.w.maddock@nasa.gov ) and Brad Gardner (Robert.B.Gardner@nasa.gov ). Technical and Programmatic questions regarding this synopsis should be directed to robert.w.maddock@nasa.gov and procurement questions should be directed to Robert.B.Gardner@nasa.gov .

Point of Contact

    Name: Robert B. Gardner

    Title: Contracting Officer

    Phone: 757-864-2525

    Fax: 757-864-7898

    Email: Robert.B.Gardner@nasa.gov

    Name: Teresa M Hass

    Title: Contracting Officer

    Phone: 757-864-8496

    Fax: 757-864-8863

    Email: Teresa.M.Hass@nasa.gov

SpaceRef staff editor.