Design and analysis for a high altitude parachute for large payloads
ID: 80NSSC24878867QType: Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA SHARED SERVICES CENTERSTENNIS SPACE CENTER, MS, 39529, USA

NAICS

Engineering Services (541330)

PSC

NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; BASIC RESEARCH (AC11)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) is seeking quotations for the design and analysis of a high-altitude parachute system intended for large payloads, specifically to enhance gondola stability and minimize landing dispersion during high-altitude balloon flights. The project requires the development of a decelerator system capable of supporting a maximum suspended weight of 3,500 lbs, with the parachute needing to deploy effectively at an altitude of 100,000 feet and withstand a maximum sea-level impact velocity of 22 feet per second. This procurement is part of NASA's commitment to advancing aerospace research and safety measures, and it is designated as a Total Small Business Set-Aside, with quotes due by October 7, 2024. Interested vendors must register at SAM and provide their Unique Entity Identifier (UEI), delivery lead times, and any applicable discounts, with further inquiries directed to Jacqueline Townley at jacqueline.e.townley@nasa.gov or by phone at 228-813-6067.

    Point(s) of Contact
    Files
    Title
    Posted
    The NASA Balloon Program Office seeks to procure a decelerator system aimed at enhancing gondola stability, reducing landing dispersion, and minimizing canopy opening shock for high-altitude balloon flights. The decelerator will be designed for a balloon system with a maximum suspended weight of 3,500 lbs, utilizing the existing parachute setup. Key deliverables include comprehensive design documentation, including final design drawings, engineering analyses, and fabrication techniques. The parachute must function effectively throughout the flight sequence, deploying at an altitude of 100,000 feet, and supporting a maximum sea-level impact velocity of 22 feet per second. Specifications outline parachute operational conditions, ensuring it withstands a 10-g shock load and remains stable through descent. Materials and design requirements mandate a cruciform canopy shape with alternating international orange and white colors. The project is part of NASA’s commitment to enhancing scientific research capabilities through advanced aerodynamics and safety measures during recovery operations. Overall, this RFP outlines critical requirements for developing a robust and cost-effective parachute system, underscoring NASA's strategic investments in aerospace research and technology advancement.
    The National Aeronautics and Space Administration (NASA) has issued a Request for Quotation (RFQ) 80NSSC24878867Q for the design and analysis of a high-altitude parachute intended for large payloads, with a commitment to produce two successful test articles following a critical design review (CDR). The RFQ consists of several sections including the statement of work, instructions to offerors, solicitation provisions, and clauses. This procurement is designated for small businesses, with quotes due by October 7, 2024. Interested vendors must register at SAM (System for Award Management) and comply with specific provisions, including those regarding telecommunications equipment. Additionally, they must include their Unique Entity Identifier (UEI) number, delivery lead times, and details relevant to any applicable discounts. Key regulatory clauses include provisions on the Buy American Act, representations regarding telecommunications services, and requirements related to compliance with federal regulations. The RFQ emphasizes ensuring compliance with various regulations while fostering opportunities for small business participation in federal contracting. Overall, the document outlines the necessary qualifications and detailed instructions for companies to submit competitive quotations for NASA's requirements.
    Lifecycle
    Similar Opportunities
    17--PIN SET,PARACHUTE I
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Pin Set, Parachute I, identified by NSN 1730010450918. The procurement includes two lines: the first requires 163 units to be delivered to DLA Distribution Warner Robins within 261 days after order, and the second requires 1 unit to be delivered within 120 days after order. These components are critical for aerospace applications, specifically in the context of parachute systems, which are essential for various military operations. Interested vendors must submit their quotes electronically, and any inquiries regarding the solicitation should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    CROSS PARACHUT, LCLA
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 5,001 units of CROSS PARACHUT, LCLA, identified by NSN (1670-01-551-5433) and part number P/N 11-1-7662-1. This solicitation is designated as a total small business set-aside, highlighting the government's commitment to supporting small businesses in federal contracting. The CROSS PARACHUT is essential for various military operations, and the required delivery timeline is set at 306 days after receipt of order (ARO). Interested parties can access the solicitation on the DIBBS website starting October 8, 2024, and should direct inquiries to Michelle R. Scott at mrsama@hotmail.com or Adrienne Davis at Adrienne.Davis@dla.mil for further information.
    Vaisala WindCuber Rental
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure the rental of Vaisala WindCube vertical wind profiling systems for a critical project known as the Westcoast & Heartland Hyperspectral Microwave Sensor Intensive Experiment (WH2yMSIE). The procurement specifically requires the rental of two WindCube systems for one month, along with associated support services, including installation and site survey days, to enhance data collection capabilities for atmospheric research. This initiative is vital for meeting federal and international data standards necessary for understanding wind interactions and fulfilling NASA's Earth Science objectives. Interested vendors must submit their qualifications in writing by 9:00 a.m. Central Time on October 7, 2024, and inquiries should be directed to Tessa Martinez at tessa.m.martinez@nasa.gov.
    10--CHUTE,EJECTION
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 52 units of the Ejection Chute (NSN 1005013805865). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $250,000, with an estimated four orders per year and a guaranteed minimum quantity of seven. The Ejection Chute is a critical component in military operations, ensuring the safe ejection of personnel and equipment. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation will be available online, and hard copies will not be provided.
    TECHNOLOGY TRANSFER OPPORTUNITY: Control and Tracking for Tethered Airborne Vehicles (LAR-TOPS-40)
    Active
    National Aeronautics And Space Administration
    Special Notice NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking companies interested in obtaining license rights to commercialize, manufacture, and market a technology for control and tracking of tethered airborne vehicles. The technology consists of a hardware and software control system that tracks the flight of kite-like tethered vehicles using a pan-tilt platform, a visible-spectrum digital camera, and tracking control software. The system controls the flight of the vehicle to keep its position on a Figure-8 trajectory, maximizing velocity. NASA is looking for development partners to make the system more robust and user-friendly by testing it in real-world systems. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). For more information, contact Langley Research Center. No follow-on procurement is expected from this notice.
    Attollo Engineering Griffin Camera Core & Equipment.
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure the Attollo Engineering Griffin Camera Core & Equipment, which is crucial for the assembly, alignment, and testing of a prototype lidar system for lunar volatile measurements. This specialized camera system must operate within a spectral range of 1500 nm to 3200 nm, feature a minimum sensor dimension of 1280 × 1024 pixels, and support a frame rate of 30 Hz, among other specifications. The procurement will be conducted as a sole source contract with Attollo Engineering, LLC, and is expected to be performed at NASA's Goddard Space Flight Center, with an anticipated completion timeframe of 90 to 120 days after receipt of order. Interested organizations must submit their qualifications in writing by 1:00 p.m. Central Standard Time on October 8, 2024, to the primary contact, Procurement Specialist Laura Quave, at laura.a.quave@nasa.gov.
    Small Business Set-Aside for Inspired Flight 1200 Hexacopter Unmanned Aerial Vehicle (UAV). Review All Attachments
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking quotes from small businesses for the procurement of Inspired Flight 1200 Hexacopter Unmanned Aerial Vehicles (UAVs) and associated components. This procurement includes three hexacopters, twelve pairs of foldable quick-release propellers, two battery kits, and one Gremsy VIO F1, all of which are essential for enhancing operational capabilities in research, development, testing, and evaluation programs. The requirement is brand-specific due to compliance and security certifications, ensuring that the equipment meets Department of Defense standards. Interested vendors must submit their quotes by October 9, 2024, at 11 AM Central Time, to Jamell Kilgore at jamell.kilgore@navy.mil, with a total estimated value not exceeding $250,000 and delivery expected within six months post-award.
    TI development interance and Zyngus evaluation board
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is soliciting proposals for the procurement of specific evaluation boards, including two Xilinx ZCU-111 RFSoC Evaluation Boards and two Texas Instruments TSW14DL3200EVM DAC Evaluation Boards, essential for testing Kinetic Inductance Detectors (KIDs) and Transition-Edge Sensor (TES) bolometers for future astrophysics missions. This Brand Name requirement aims to support the development and deployment of advanced detection systems, reinforcing NASA's commitment to cutting-edge space research at the Goddard Space Flight Center in Greenbelt, Maryland. Interested small businesses must submit their quotes by October 8, 2024, and comply with federal regulations, including registration at SAM.gov and adherence to specific telecommunications and video surveillance provisions. For further inquiries, potential bidders can contact Jacqueline Townley at jacqueline.e.townley@nasa.gov or by phone at 228-813-6067.
    42--DESCENT DEVICE,EMER
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 75 units of an emergency descent device, identified by NSN 4240012091296. This procurement is a total small business set-aside, and the items must conform to specific source-controlled drawings and military specifications. The descent devices are critical for fire, rescue, and safety operations, ensuring the safety of personnel in emergency situations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available on the DLA's website.
    TECHNOLOGY TRANSFER OPPORTUNITY: Cord Tension Measurement Device (C-Gauge) (MSC-TOPS-83)
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market the Cord Tension Measurement Device (C-Gauge) (MSC-TOPS-83). The C-Gauge is a non-invasive tension measurement device for axial loaded cords used in cordage-based flexible structure systems such as parachutes and inflatable structures. It allows engineers to test cordage-based structures without severing the cords and provides a non-invasive way to measure the tension and loading of the structural components. The C-Gauge has potential applications in various fields including parachutes, inflatable structures, hot air balloons, weather balloons, blimps, sails, and parasails. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS) at https://technology.nasa.gov/patent/MSC-TOPS-83. For more information, contact NASA's Technology Transfer Program at Agency-Patent-Licensing@mail.nasa.gov. No follow-on procurement is expected from this notice.