NASA Sources Sought Notice: Advanced Supersonic Parachutes for Mars Landers
General Information
Document Type: Sources Sought Notice
Solicitation Number: LAJ-032005-Parachute
Posted Date: Mar 15, 2005
Original Response Date: Apr 05, 2005
Current Response Date: Apr 05, 2005
Original Archive Date: Mar 15, 2006
Current Archive Date: Mar 15, 2006
Classification Code: 99 — Miscellaneous
Naics Code: 314999 — All Other Miscellaneous Textile Product Mills
Contracting Office Address
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001
Description
NASA/LaRC is hereby soliciting information about potential sources to design and develop an advanced supersonic parachute system for use by future Mars lander missions as described in Attachment 1 ‘ Preliminary Specifications for Advanced Supersonic Parachutes for Mars Landers.
NASA envisions this development program to include design and development studies, sub-scale development tests, and full-scale development and qualification tests of the parachute system.
NASA is currently conducting market research to identify firms capable of: a) conducting initial parachute design and development studies and analyses to evaluate parachute system design options; and b) designing and fabricating sub-scale parachutes for development tests, and providing technical support for the development tests. Interested respondents shall have demonstrated capability and experience in the design and analysis, and/or the fabrication and testing, of spacecraft parachutes that have been flown in extraterrestrial atmospheres within the last 15 years.
When responding to this RFI, respondents shall address their capabilities and experience in the areas ‘a’ thru ‘d’ listed below:
a) Design of parachute systems for Mars entry and descent conditions including canopy configurations, reefing methods, materials, packaging, and parachute deployment systems.
b) Parachute system analysis and modeling including entry trajectory simulations, parachute aerodynamics and aeroheating, porosity effects, multi-body dynamics, aeroelasticity, and fluid-structures interaction.
c) Development testing and qualification testing of parachute systems for Mars entry and descent environments including wind tunnel tests, drop tests, and flight tests.
d) Fabrication of parachute systems, including risers, bridles, canopies, and deployment mechanisms for spacecraft applications.
Respondents shall emphasize how their stated capabilities and experience relate to the specific performance requirements and challenges associated with developing the advanced supersonic parachute described in Attachment 1. Responses shall be submitted via email to the attention of Lionel Nadeau.
To ensure receipt, specify ‘Mars Parachute’ in subject line of email.
All responses shall be submitted no later than April 5, 2005. Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, brochures, and references. In addition to addressing the areas noted above, responses must also include the following information: name and address of firm, size of business per NAICS code (i.e. large or small); average annual revenue for past 3 years and number of employees (note: the NAICS code size standard for 314999 is 500 employees); business status: small disadvantaged, 8(a), HUBZone, veteran-owned, and/or woman-owned; number of years in business; list of customers (i.e. business references) covering the past three years (explain relevant work performed and identify: contract numbers, contract type, dollar value of each contract; and customer point of contact including address, email address and phone number).
Also include a statement as to whether or not the service is considered to be a commercial or commercial-type product.
A commercial item is defined in FAR 2.101. Written responses shall be limited to ten (10) pages, # 12 pt, Times New Roman font, ” margins (top, bottom and sides). No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service.
It is the potential offeror(s) responsibility to monitor these sites for the release of any solicitation or synopsis. Technical questions should be directed to: Mr. James Corliss at: James.M.Corliss@nasa.gov.
Procurement related questions should be directed to: Lionel Nadeau. 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.
Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement.
The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto.
Any referenced notes may be viewed at the following URLs linked below.
Point of Contact
Lionel E Nadeau, Contract Specialist, Phone (757) 864-2434, Fax (757) 864-8863, Email Lionel.E.Nadeau@nasa.gov – C. Tom Weih, Contract Specialist, Phone (757) 864-3878, Fax (757) 864-8863, Email Carl.T.Weih@nasa.gov
Email your questions to Lionel E Nadeau at Lionel.E.Nadeau@nasa.gov