The RFP Database
New business relationships start here

Low-Boom Flight Demonstration (LBFD)


California, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The National Aeronautics and Space Administration (NASA) Armstrong Flight Research Center (AFRC) is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SDVOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for the Low-Boom Flight Demonstration (LBFD). The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SDVOSB), or HUBZone business set-aside based on responses hereto.

The North American Industry Classification System (NAICS) code for this procurement is 336411 - Aircraft Manufacturing, with a size standard of 1,500 employees.

No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in the Federal Business Opportunities website (www.fbo.gov). It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis.

NASA's Aeronautics Research Mission Directorate (ARMD) strategy is guided by six strategic thrusts identified in response to three overarching global mega-drivers that will, in large part, shape the needs of aeronautical research in the coming years. These drivers and thrusts are described in the ARMD Strategic Implementation Plan (SIP) (http://www.aeronautics.nasa.gov/strategic-plan.htm). In the near term (2015-2025), Strategic Thrust 2, Innovation in Commercial Supersonic Aircraft, outlines the ARMD objective of enabling the establishment of a standard for acceptable overland supersonic flight, in cooperation with international standards organizations. ARMD will develop and validate analysis tools and technologies intended to enable the design and development of supersonic aircraft with low sonic boom. In the longer term (2025-2035), ARMD will continue research on technologies required to meet the desired boom level in larger aircraft, but will also conduct research in areas related to other challenges to successful supersonic transports.

Under NASA ARMD's Advanced Air Vehicles Program (AAVP), the Commercial Supersonic Technology (CST) Project provides the research and leadership to achieve ARMD's objectives in Strategic Thrust 2. ARMD has formed Research Themes that support the desired outcomes for this strategic thrust (see the ARMD SIP link above). Within these Research Themes, the CST Project focuses a majority of its research on certain key Technical Challenges that are viewed as enabling to the Strategic Thrust 2 near-term outcomes. The current Technical Challenges are: 1) Integrated Low Boom Aircraft Design, 2) Sonic Boom Community Response Metric and Methodologies, and 3) Low-Noise Propulsion for Low-Boom Aircraft. Concurrently, the CST Project also conducts research in other key areas related to successful supersonic transports, such as improvements in supersonic cruise efficiency, reduced emissions, aero-servo-elasticity, and flight systems.

Based on research over the past few years, NASA determined that the best approach to accomplish the goals of the Thrust 2 near-term objective and the first two CST Project Technical Challenges is to conduct a flight demonstration. To that end, the CST Project conducted concept feasibility studies and project planning for a Low-Boom Flight Demonstration (LBFD) aircraft that would provide validation of design tools and technologies applicable to low sonic boom aircraft and create a database of community response supporting the development of a noise-based standard for supersonic overland flight. NASA has refined a set of LBFD aircraft capabilities required to conduct effective community response studies. NASA's objectives would be accomplished through the design, construction, and flight validation of a sub-scale research aircraft that creates a shaped sonic boom signature with a calculated loudness level of 75 PL, dB [Perceived Level (PL), decibels (dB)] or less during supersonic cruise (Mach ≥ 1.4) flight. Although the aircraft will be smaller in size than future supersonic airliners, its sonic boom ground signature will be traceable to that of the larger aircraft. The LBFD aircraft will be capable of performing multiple supersonic overflights of a single community with passes that are nominally 50 miles in length, and up to 20 minutes apart on a single flight.

A task order was awarded for preliminary design of a Quiet SuperSonic Technology (QueSST) aircraft concept. An Aircraft System Requirements Review (ASRR) was completed in June 2016 to refine and finalize NASA's mission and aircraft requirements. Maturation and integration of a preliminary QueSST aircraft concept over the past year has confirmed that the desired mission and aircraft requirements are valid. A Preliminary Design Review (PDR) of this aircraft concept will be completed in June 2017. The resulting requirements and design approaches may be leveraged for the detailed design phase.

Under NASA ARMD's Integrated Aviation Systems Program (IASP), the LBFD Project will be executed in two distinct phases, with a third phase envisioned as a follow-on activity. Phase 1 includes the LBFD aircraft development activities from detailed design through fabrication, concluding with functional checkouts and supersonic envelope expansion.

In Phase 2, a NASA-led team will perform low-boom acoustic validation flights of the LBFD aircraft. These flights will be conducted from NASA's Armstrong Flight Research Center (AFRC) and characterize and evaluate the near-field, mid-field, far-field, and ground signatures from the LBFD aircraft. This characterization will include the effects of changing atmospheric and aircraft flight conditions. Phase 2 will conclude with an initial community response overflight study involving communities near AFRC. The purposes of this study will be validation of the community test designs developed by the CST Project and an initial exploration of community acceptance of low-boom noise.

For the Phase 3 follow-on, a NASA-led team will conduct low-boom community response overflight studies with multiple test campaigns using the LBFD aircraft over varied locations. Studies may include multiple deployments over a 2-year period to capture a representative spectrum of communities, geography, and meteorological conditions across the United States. The primary data from these studies would be community response, with limited collection of aircraft, ground, and meteorological data. The ultimate goal of Phase 3 will be to develop a low-boom community response database that will be provided to the Federal Aviation Administration (FAA) and International Civil Aviation Organization (ICAO) Committee on Aviation Environmental Protection (CAEP) in support of their development of a noise-based standard for supersonic overland flight.

NASA plans to select a Vehicle Contractor for the Phase 1 detailed design, build, test, and then delivery of the LBFD aircraft system that will be flown in Phases 2 and 3. NASA will retain oversight of the airworthiness certification and anticipates being a significant participant in Phase 1 activities. NASA will provide support that will include in-flight and ground systems, instrumentation and operations, simulation, wind-tunnel testing, and safety and mission assurance. NASA will also supply aircraft components and systems as Government Furnished Equipment (GFE) whenever feasible, and considered to add value to the development of the LBFD aircraft. NASA envisions significant opportunities for collaboration with industry and academia, both domestic and international, during Phase 2 and 3 activities.

NASA anticipates issuing a performance-based Request for Proposal for the design, build, and test of the LBFD aircraft, as described in Phase 1 above. The procurement will be a requirements-driven approach, as opposed to build to print. The following documents have been provided for additional detail with respect to the current LBFD project objectives, requirements and concept of operations:
*LBFD Project Plan
*LBFD Concept of Operations
*Mission and Airworthiness Certification Requirements (MACR)
*Aircraft System Requirements Document (ASRD)

The above documents reference a heritage Aircraft Requirements and Assumptions (ARA) document which is not provided. The contents of the ARA document have been captured by the ASRD. The documents also make reference to the NASA Airworthiness Criteria (NAC) which is not provided. The airworthiness requirements and criteria for this project will be a tailored version of MIL-HDBK-516C, and will be provided with the solicitation.

Interested offerors having the required specialized capabilities and interest in performing this requirement, or any subset of the LBFD activities, should submit a capability statement that describes in detail their abilities. It is not sufficient to provide only general brochures or generic information. At a minimum, the capability statement must include:

1) Is your primary area of interest as a prime contractor for the design, build, and test of the LBFD aircraft? Or is your interest as a support or collaboration role during Phase 1-3 activities? Briefly elaborate on your area of interest and any collaboration, cost-sharing, or in-kind opportunities that may be of interest.

2) NASA has provided several LBFD documents to assist industry with assessing your capability and interest in the design, build, and test of the aircraft. Do you have any recommended changes to these documents that would have a positive technical/cost impact on the effort or enhance collaboration opportunities?

3) Describe relevant history, experience, and capabilities in design, fabrication, integration, and test of a demonstrator aircraft similar in nature and complexity to the envisioned LBFD aircraft. Please provide at least 2 recent examples where this capability was demonstrated.

4) Discuss past experience and expertise related to the design of low sonic boom aircraft. Provide an overview of tools, methods, capabilities, and recognized experts related to supersonic and low sonic boom design and analysis. Please provide at least 2 recent examples where this capability was demonstrated.

5) NASA anticipates providing significant Government Furnished Equipment (GFE) and other flight hardware (e.g. ejection seat, engine, fighter hardware, etc.) with International Traffic in Arms Regulations (ITAR) data restrictions. Please explain how ITAR restricted data would be handled and protected and provide at least 2 recent examples where this capability was demonstrated.

6) NASA would like industry's input into the type of contract to be utilized, either a FAR Part 15 or a FAR Part 12 contract and Cost-Plus or Firm-Fixed-Price for the design, build, and test of the LBFD aircraft. What contract types or acquisition mechanisms would be acceptable? Include rationale if this is a commercial or non-commercial effort, as defined under FAR 2.101.

The capability statement (including any attachments) must not exceed 10 pages in length, exclusive of the one page summary described below, and the font size shall be no smaller than 12 point. Foldouts count as an equivalent number of 8 1/2" x 11" pages. Please submit the capability statement electronically, via e-mail, to the primary Point of Contact (POC) listed below. To facilitate a prompt review, a one-page summary shall be included with your capability statement. This summary should include the following information:

(1) Your company's name, address, and telephone number;
(2) Average annual revenues for the past 3 years and total number of employees;
(3) Number of years in business;
(4) Company's Government size standard/type classification (large, small, small disadvantaged, 8(a), woman-owned, veteran owned, service disabled veteran-owned, HUBZone business);
(5) To the extent applicable or known, any affiliate information, including: parent company, joint venture partners, and potential teaming partners (identifying anticipated prime and subcontractor roles);
(6) Applicable NAICS Code(s);
(7) DUNS Number and CAGE Code: and
(8) Your company point of contact, including name, email address, mailing address, and phone number.

This sources sought notice is for information and planning purposes only. It 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. All responses shall be submitted electronically (via email) to the primary Point of Contact no later than February 28, 2017. Please reference NND17616105L in your submittal.

Questions may be submitted via email to the primacy POC listed below. Telephonic questions will not be considered.

POC
Robbin Kessler
Contracting Officer
NASA Armstrong Flight Research Center
PO Box 273 MS 4811 / 140
Edwards, CA 93523-0273
robbin.m.kessler@nasa.gov

Robbin Kessler, Contracting Officer, Phone 6612763761, Email robbin.m.kessler@nasa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP