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

AIRCRAFT ACOUSTICS AND NOISE CONTROL RESEARCH AND DEVELOPMENT SOURCES SOUGHT


Synopsis - Mar 17, 2004
Modification 01 - Posted on Mar 22, 2004
Modification 02 - Posted on May 24, 2004

General Information
Solicitation Number: N/A
Reference Number: AERO-42000
Posted Date: Mar 17, 2004
FedBizOpps Posted Date: Mar 17, 2004
Original Response Date: Apr 06, 2004
Current Response Date: Jun 04, 2004
Classification Code: A -- Research and Development
NAICS Code: 541710 - Research and Development in the Physical, Engineering, and Life Sciences

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

Description
 
Introduction

NASA/LaRC is hereby soliciting information about potential sources for Langley Research Center’s Aero-Performing Center Program Management Office and Aeroacoustics Branch. These offices support research to meet the Environmental Compatibility goals of the NASA Aerospace Technology Enterprise. This requirement is a follow-on to contracts: NAS1-00086 with Boeing Co., NAS1-00087 with Georgia Tech Applied Research Corp., NAS1-00088 with Lockheed Martin Corp., NAS1-00089 with Analysis and Technology Engineering Technology Group, NAS1-00090 with B B N Technologies, NAS1-00091 with Textron Inc., NAS1-00092 with Boeing Co., NAS1-00093 with United Technologies Corp. Sikorsky Aircraft Division, and NAS1-00094 with Wyle Laboratories Inc.

The Aero-Performing Center Program Management Office and Aeroacoustics Branch perform research in the areas of Rotorcraft Noise Prediction, Control, and Measurement, and Community Noise Prediction and Impact. Potential sources are sought capable of conducting research in the following areas:

I. Rotorcraft Noise Prediction, Control, and Measurement:

The contractor will be required to perform the following: theoretical and experimental studies to understand aerodynamics and acoustic behavior of rotorcraft noise sources; development and demonstration of innovative methods of reduction of rotorcraft source noise, such as blade/vortex interaction noise, high speed impulsive noise, and noise due to fountain flow effect of tiltrotor aircraft; development of measurement, prediction and reduction methodology for internal acoustics; development of methodology for noise prediction and application studies and assessments; integration of acoustic models with other disciplines, such as aerodynamic performance, for tradeoff studies; design, planning and execution of helicopter and tiltrotor flight tests for acquiring noise data bases for analytical validations.

II. Community Noise Prediction and Impact:

The contractor will be required to perform the following: analytical and experimental studies of long distance sound propagation in the atmosphere; development of models or algorithms for predicting aircraft noise exposure and for minimizing aircraft noise impact through flight track or profile optimization; assessment of aircraft noise exposure impact on community residents and structures; surveys of reactions of community residents to aircraft flyover noise and sonic booms; development of models for predicting community response to aircraft noise; development of models for predicting the overall impact of aircraft noise on areas close to and remote from airports, which consider population distributions, land use, terrain, ambient noise levels, wildlife, and historical or archeological sites.

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.

Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). Please indicate if you intend to submit an offer, and if so, as a prime or sub-contractor.

Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101.

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. All responses shall be submitted to NASA Langley Research Center, Industry Assistance Office, Attn: Daniel F. Burk, Mail Stop 126, Hampton, VA 23681 or by email at Daniel.F.Burk@nasa.gov no later than April 6, 2004. Please reference AERO-42000 in any response. Any referenced notes may be viewed at the following URLs linked below.

Technical questions should be directed to: Casey Burley at Casey.L.Burley@nasa.gov or 757-864-3659 or Mike Watts at Michael.E.Watts@nasa.gov or 757-864-1586.

Procurement related questions should be directed to: Daniel F. Burk at Daniel.F.Burk@nasa.gov or 757-864-9570.


Point of Contact
Name:Daniel F Burk
Title:Contract Specialist
Phone:(757) 864-9570
Fax:(757) 864-7709
Email:Daniel.F.Burk@nasa.gov

Name:Karen L Dempster
Title:Contract Specialist
Phone:(757) 864-5294
Fax:(757) 864-7709
Email: Karen.C.Dempster@nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at:
NASA Insignia Owner: Ron Crider | Technical Support | Section 508 Compliant
Last revised: June 09, 2004 by DLE