NASA LaRC Solictation: Teaming Opportunity to Develop and Validate Ceramic Matrix Composites Concepts
Synopsis – Mar 24, 2011
General Information
Solicitation Number: SS-CERAMIC
Posted Date: Mar 24, 2011
FedBizOpps Posted Date: Mar 24, 2011
Recovery and Reinvestment Act Action: No
Original Response Date: Apr 07, 2011
Current Response Date: Apr 07, 2011
Classification Code: A — Research and Development
NAICS Code: 541712 – Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
Contracting Office Address
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001
Description
In response to the Broad Agency Announcement (BAA) NNH11ZUA001K, Unique and Innovative Space Technology, partners are sought for efforts focused on developing and validating ceramic matrix composites for space vehicle missions. A primary candidate material system includes but is not limited to carbon/silicon-carbide. In particular, NASA LaRC is seeking potential partners having demonstrated experience and expertise in; 1) fabricating and procurement of CMCs to meet specific space mission requirements, 2) options for coating material systems needed in extreme heating environments, 3) CMC material property characterization testing, 4) thermal stresses in coated CMCs, 5) thermal and structural testing capability of CMC components, and 6) state-of–the-art applications for CMC material systems. NASA’s intended applications include but are not limited to space vehicle applications.
The BAA can be accessed at: http://nspires.nasaprs.com/external/solicitations/solicitations.do?method=open&stack=push
Participation in this partnering synopsis is 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. Participation by non-U.S. organizations is welcome but subject to NASA’s policy of no exchange of funds, in which each government supports its own national participants and associated costs.
If selected through this synopsis, it is expected that the selected partner(s) will work with NASA LaRC scientists and engineers to jointly develop the proposal. If the proposal is selected, NASA LaRC anticipates issuing contracts or other agreements to the selected partner(s) for performance of the proposed tasks. The goal of the partnerships is to develop technology employing CMC materials to enable future NASA missions.
This partnering opportunity does not guarantee selection for award of any contracts or other agreements, nor is it to be construed as a commitment by NASA to pay for the information solicited. It is expected that the partner(s) selected would provide (at no cost to NASA) conceptual designs, technical data, proposal input, project schedules, and cost estimates.
Partner selections will be made by LaRC based on the listed criteria in the following order of importance:
(1) Relevant experience, past performance, technical capability, key personnel availability, and demonstration of work on any of the following: development and evaluation of CMC materials for space applications, CMC test specimen fabrication, and thermal-structural testing of CMC components in relevant environments. This criterion evaluates the proposer’s relevant recent experience, past performance in similar development activities, technical capability to perform the development, and key personnel available to support the development. Substantive evidence of successful participation in similar developments should be included. (2) Cost and schedule control. This criterion evaluates the proposer’s ability to control both cost and schedule. The proposer should provide evidence of successfully controlling cost and schedule for similar development programs and provide evidence of management processes in this area. (3) This criterion evaluates the proposer’s facilities (development, testing, and analysis) to conduct the development or demonstration of the proposed task. The proposer should discuss facility availability, access, and the ability to meet the proposed objectives.
NASA will not reimburse organizations for the cost of submitting information in response to this synopsis. NASA will not pay for technical assessment or proposal preparation costs incurred by the team members.
RESPONSE INSTRUCTIONS: Responses to this partnering synopsis shall be limited to 8 pages, in not less than 12-point font. Responses must address the aforementioned evaluation criteria. All responses shall be submitted to LaRC electronically via email by 5:00pm EST on April 7, 2011 to Sandra Walker (sandra.p.walker@nasa.gov) and Brad Gardner (Robert.B.Gardner@nasa.gov). Technical and Programmatic questions should be directed to Sandra Walker (sandra.p.walker@nasa.gov). Procurement questions should be directed to Brad Gardner (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