Status Report

NASA Solicitation: Advanced Vehicle Concepts System Studies for Subsonic Commercial Transport Aircraft Entering Services in 2030-2035

By SpaceRef Editor
December 26, 2009
Filed under , , ,

PROGRESSIVE COMPETITION TO CONDUCT ADVANCED VEHICLE CONCEPTS SYSTEM STUDIES FOR SUBSONIC COMMERCIAL TRANSPORT AIRCRAFT ENTERING SERVICE IN THE 2030-2035 PERIOD. PHASE 2 NRA – NNH08ZEA001N-SSFW1

Synopsis – Dec 23, 2009

General Information

Solicitation Number: NNC10ZCH005R
Posted Date: Dec 23, 2009
FedBizOpps Posted Date: Dec 23, 2009
Recovery and Reinvestment Act Action: No
Original Response Date: Mar 28, 2010
Current Response Date: Mar 28, 2010
Classification Code: A — Research and Development
NAICS Code: 336412 – Aircraft Engine and Engine Parts Manufacturing

Contracting Office Address

NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

Description

NASA/Glenn Research Center is conducting a progressive competition to conduct Advanced Vehicle Concepts System Studies for Subsonic Commercial Transport Aircraft Entering Service in the 2030-2035 period.

This effort is a full and open competition and is being acquired in two distinct phases. The first phase conducted advanced vehicle concepts system studies for subsonic commercial transport aircraft entering service in the 2030-2035 time period. The second phase addresses key technology challenges and to perform initial technology demonstrations that address enabling technology indentified in phase 1.

The initial phase solicitation was described in the February 22, 2008 posting to FedBizOpps and on the NASA Acquisition Internet Service, NNH08ZEA001N.

The initial phase contracts were awarded to: General Electric Company and Northrop Grumman, on September 29, 2008.

A progressive competition strategy will be used with down-selection of sources from the initial phase to determine the single second phase contractor. The competition for the second phase will build on the results of the initial phase, and the award criteria for the second phase includes successful completion of the initial phase requirements identified below. Accordingly, NASA anticipates that only the initial phase contractors will be capable of successfully competing for the second phase. A new, formal solicitation will not be issued for the second phase.

Instead, proposals will be requested from the initial phase contractors by a Letter Request for Proposal (RFP) that will include detailed proposal preparation instructions and evaluation criteria.

However, any responsible source may submit a proposal for the second phase, and these proposals will be considered by the Agency. Prospective offerors for the second phase other than the initial phase contractors will be provided all the material furnished to the initial phase contractors necessary to submit a proposal.

To be considered for the second phase award, offerors must demonstrate a design maturity equivalent to that of the initial phase contractors, such demonstration to include the following initial phase deliverables upon which the second phase award will be based:

* Development of a credible future scenario within which to describe the challenges that may be facing commercial aircraft operators in the 2030-35 and beyond timeframe. This scenario establishes a context within which the proposed advanced vehicle concept(s) may meet a market need and enter into service.

* An advanced vehicle concept(s) study that will define a vehicle whose mission capabilities would enable it to fill a broad, primary need in the 2030-35 and beyond timeframe. See Statement of Work for additional requirements regarding the concept study.

* A prioritized suite of enabling technologies and corresponding technology development roadmaps required to realize the proposed advanced vehicle concept(s) by the 2030-35 timeframe.

The following draft Phase 2 evaluation factors are provided for your information. Please note that these evaluation factors are not final, and NASA reserves the right to change them at any time up to and including the date upon which Phase 2 proposals are requested. Any such changes in evaluation factors will not necessitate issuance of a new, formal solicitation for Phase 2.

The following Phase 2 selection criteria were in the NRA subtopic:

* NASA’s evaluation of the progress made during Phase 1.

* NASA’s evaluation of the relevance of the vehicle concept(s) to the goals of the Subsonic Fixed Wing project (Table 1 of SOW).

* NASA’s evaluation of the ability of the award recipient to address the key technology challenges and to refine the vehicle concept(s) identified in Phase 1.

* The availability of award recipient’s resources, cost, and qualifications of the team to support the proposed work for Phase 2.

* A clear statement of what intellectual property is expected to be publicly available at the conclusion of the work. It is NASA’s intent that all deliverables under the contract be provided to NASA with unrestricted/unlimited rights; thus, any restrictions must demonstrate a significant net benefit to NASA and may cause a lower score.

Failure to fully and completely demonstrate the appropriate level of design maturity may render the proposal unacceptable with no further consideration for contract award.

Detailed second phase requirements are:

Phase II – Addresses key technology challenges and to perform initial technology demonstrations that address enabling technology indentified in phase 1. (Period-of-Performance not to exceed 24 months)

An ombudsman has been appointed — See NASA Specific Note “B”.

The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/GRC Business Opportunities page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22

Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror’s responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced numbered notes may be viewed at the following URLs linked below.

All contractual and technical questions must be submitted to Michael Kinkelaar in writing (e-mail or FAX). Telephone questions will not be accepted.

Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror’s responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.

Point of Contact

Name: Michael J. Kinkelaar
Title: Contracting Officer
Phone: 216-433-2736
Fax: 216-433-2480
Email: Michael.J.Kinkelaar@nasa.gov

SpaceRef staff editor.