NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback Integrated Acquisition Environment
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

WIND TUNNEL TESTING FOR ARES 1 AERODYNAMIC DATABASE


Synopsis - Nov 25, 2008

General Information
Solicitation Number: NNL09WTTQ
Posted Date: Nov 25, 2008
FedBizOpps Posted Date: Nov 25, 2008
Original Response Date: Dec 05, 2008
Current Response Date: Dec 05, 2008
Classification Code: R -- Professional, administrative, and mgmt support services
NAICS Code: 488190 - Other Support Activities for Air Transportation

Contracting Office Address
 
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

Description
 
NASA/LaRC has a requirement to conduct a series of wind tunnel tests in a Polysonic Wind Tunnel (PSWT) supporting the Ares 1 project. The Ares I vehicle is part of NASA's mission to develop a cost-effective, next-generation space transportation system. The Ares I launch vehicle will be the manned portion of a series of vehicles that NASA is designing and developing as part of the Constellation program. It will allow access to low earth orbit in support of International Space Station functions as well as provide opportunities to explore beyond low earth orbit and explore deep space. The launch system will, in keeping with the U.S. Space Exploration Policy, safely and reliably take human explorers to the Moon, Mars and on into the solar system. The Ares I project is preparing an aerodynamic database that characterizes the vehicle throughout the speed regime of ascent flight where aerodynamic effects are important. To support the assessment of the Ares I configuration, the Ares I project is responsible for developing aerodynamic databases over the ascent Mach range as well as for the descent phase of the first stage re-entry. The project is currently designing and fabricating two 0.01-scale (~ 38” long) wind tunnel models of Ares I DAC-3 (Design Analysis Cycle) configuration to test at NASA LaRC’s Unitary Plan Wind Tunnel, for the Mach range 1.5-4.6 as well as a .015-scale first stage model. In order to develop the databases for above configurations, the project requires integrated force and moment as well as distributed pressure data at the lower speeds for the initial phase of ascent, specifically in Mach range 0.5 to 1.6 for integrated forces and moments for ascent configuration, 0.5 to 5.0 for descent first stage configuration, and 0.5 to 4.5 for distributed pressure data. The aerodynamic database will be used to determine the ARES I performance, stability & control effectiveness, and structural stability. NASA/LaRC intends to purchase the services required to obtain this data from Boeing, Inc. who is the only known responsible source. The Boeing Polysonic Wind Tunnel (PSWT) is the only blow-down wind tunnel facility that simultaneously meets the Mach number range (0.5 to 5.0), Reynolds number (3.1 per ft. at a dynamic pressure of 2.36 psi), and physical characteristics (length of the tunnel test section) required to satisfy the Ares wind tunnel testing requirements The wind tunnel parameters identified are salient requirements that are necessary to obtain the integrated force, moment, and pressure data required to generate the Ares I aerodynamic database and maintain acceptable dynamic pressures and loads on the models. In addition, the Ares 1 previous configurations were tested in the LaRC UPWT and the Boeing Polysonic Wind Tunnel to obtain the data to be used in developing the aerodynamic databases. Conducting the proposed tests in the same tunnel will eliminate data biases specific to a tunnel. Testing in another facility will compromise the validity and usefulness of the previous test data and increase risk to the program to an unacceptable level to maintain strict performance margins. Therefore only the Boeing PWST is capable of meeting the salient technical requirements and providing data that is compatible with the previously obtained results. The authority for this action is provided by FAR 6-302-1, Only one responsible source, and FAR 13.5 Test Program for Certain Commercial Items (PL 104-106, Section 4202 of the Clinger-Cohen Act of 1996 as amended by PL 109-163, Section 1443 of the FY 2006 National Defense Authorization Act). The Government intends to acquire a commercial item using FAR Part 12 and Part 13.5, Test Program for Certain Commercial Items. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 4:30 p.m. local time on December 5, 2008. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. An Ombudsman has been appointed. See NASA Specific Note "B". Any referenced notes may be viewed at the following URLs linked below.

Point of Contact
Name:Timothy P Cannella
Title:Contracting Officer
Phone:757-864-5028
Fax:757-864-7709
Email:Timothy.P.Cannella@nasa.gov

Name:Susan E. McClain
Title:Contracting Officer
Phone:757-864-8687
Fax:757-864-8863
Email: Susan.E.Mcclain@nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at: