20 OMB Approval No. 2700-0087 BANTAM SYSTEM TECHNOLOGY PROJECT - PHASE II NASA RESEARCH ANNOUNCEMENT SOLICITING RESEARCH PROPOSALS FOR THE PERIOD ENDING APRIL 30, 1997(CYCLE 1) AND PERIOD ENDING NOVEMBER 30, 1997(CYCLE 2) NRA 8-19 Issued March 10, 1997 NATIONAL AERONAUTICS AND SPACE ADMINISTRATION GEORGE C. MARSHALL SPACE FLIGHT CENTER ADVANCED SPACE TRANSPORTATION PROGRAM OFFICE MARSHALL SPACE FLIGHT CENTER, AL 35812 BANTAM SYSTEM TECHNOLOGY PROJECT - PHASE II This NASA Research Announcement (NRA) solicits proposals in three areas for innovative technology development and flight demonstration to enable significant cost reduction in transporting small payloads to low earth orbit. The Government's intent is to reduce the high cost barrier to the expansion of research activity in near-earth space through a technology program targeted to low cost earth-to-orbit (ETO) transportation systems. The three areas of interest are: (1) Bantam Technologies (BT); (2) Component/Subsystem/Operations Technology Development (CTD); and (3) Upper Stage Technology Demonstrators (USTD). Included in area (1), Bantam Technologies, are Cycle One proposals for Initial Design and Business Plan Development followed by Cycle Two proposals for Flight Demonstrations. Proposals in response to this NRA should focus on development of technologies which can contribute to lower recurring access to space costs and whose merits are best demonstrated in full system flight demonstrations. Participation in this project is open to all organizations or teams of organizations from small business, traditional and non-traditional space transportation hardware suppliers, educational institutions, non-profit organizations, and Government agencies. An industry briefing will be held March 12- 13, 1997, at Marshall Space Flight Center (MSFC) in Building 4200, Morris Auditorium, beginning at 9:00 A.M CST. Proposals will be evaluated in two cycles. The first cycle will begin following receipt of proposals due no later than 3:00 PM CDT on April 30, 1997. The second cycle will begin after receipt of proposals due no later than 3:00 PM CDT on November 30, 1997. Blackout conditions for Cycle One will exist upon receipt of proposals for the first cycle. Blackout conditions for Cycle Two will exist upon receipt of proposals for the second cycle. A proposal that is scientifically and programmatically meritorious, but cannot be accepted during its initial review under an NRA because of funding uncertainties, may be included in subsequent reviews unless the offeror requests otherwise. Proposals will be evaluated by peer and/or technical review panels. All or part of a proposal may be selected for negotiations leading to possible award unless the offeror requests otherwise. Evaluation, selection and award may occur for a period of one year following the release date of this NRA. NRA Number: NRA 8-19 Submit Proposals to: Marshall Space Flight Center Attn: Kimberly J. Adams, GP54-I Bldg. 4202, Rm. 502 Marshall Space Flight Center, AL 35812 Copies Required: Original plus 15 copies and 1 reproducible Selection Official: Dr. J. Wayne Littles Obtain additional information from: Technical: Curtis McNeal, Mail Stop EE61 Marshall Space Flight Center, AL 35812 (205)544-8538 Administrative and Contractual: Kimberly J. Adams, Mail Stop GP54-I Marshall Space Flight Center, AL 35812 (205)544-3689; facsimile (205)544- 1630 e:mail: kim.adams@msfc.nasa.gov Appendix A provides technical information for the general areas for which research proposals are sought. Appendix B provides basic guidance needed for preparation of solicited proposals in response to this NRA. Appendix C provides the NASA Guidelines for the use of Foreign Technology. Appendix D provides information regarding availability of PTA1 Systems Requirements Document. Appendix E provides information regarding the Fastrac 60K Engine Specification. Appendix F provides information regarding the Fastrac 60K Engine Interface Definition Document. Your interest in participating in this effort is appreciated. Stephen P. Beale Procurement Officer 6 Enclosures: 1. Appendix A 2. Appendix B 3. Appendix C Appendix D 5. Appendix E 6. Appendix F APPENDIX A TECHNICAL DESCRIPTION Introduction The high cost of space launch remains a central barrier to the expansion of research activity in near-earth space. To mitigate this problem, NASA is investing in a technology development program which could dramatically reduce the cost of small earth-to-orbit (ETO) transportation systems. The NASA Office of Aeronautics and Space Transportation Technology supports space research and development through sponsorship of technology programs conducted at the NASA Field Centers, in United States industry, and in American universities. The Advanced Space Transportation Program (ASTP) Office led by the Marshall Space Flight Center supports the Office of Aeronautics and Space Transportation Technology by sponsoring the development of next generation space transportation technologies. NASA's ASTP will focus and accelerate the development of U.S. space transportation technologies in three areas: (1) low cost boost technologies, (2) advanced reusable transportation technologies, and (3) low cost, highly efficient space transfer and upper stage technologies. The goal of all three elements is mature technology which will dramatically reduce the cost of space access. NASA Research Announcement (NRA) 8-15 for the Bantam System Technology Project - Phase I focused on developing and demonstrating, in ground tests, low cost components for propulsion systems and propulsion related systems; adapting commercial manufacturing practices; utilizing commercial off-the- shelf (COTS) hardware; developing low recurring cost structures, avionics, liquid propulsion systems and components; evolving low cost operations; and demonstrating low cost integration techniques. This NRA for Phase II continues the technology maturation process by demonstrating low recurring cost technologies with a focus on flight demonstrations. Demonstrations should include innovative use of manufacturing, processing, integration, operations, and ground support. Proposal Areas This NRA solicits proposals in three separate areas: (1) Bantam Technologies (BT); (2) Component/Subsystem/Operations Technology Development (CTD); and (3) Upper Stage Technology Demonstrators (USTD). 1. Bantam Technologies Offerors are invited to submit proposals for the flight demonstration of low recurring cost technologies which have the capability of enabling commercial operation of a low cost space transportation system for small payloads to low earth orbit. NASA has established a goal for a new Bantam Transportation System of delivering small payloads (150 kilograms) to low earth orbit (200nm sun synchronous) for a recurring price of $1.5M beginning in CY2001. Offerors may propose any transportation system architecture or concept (reuseable, partially reusable, expendable; liquid, hybrid, or solid propellants) which it feels will best approach or accomplish the stated goal. Different architectures and innovative concepts are encouraged. Both existing and new technologies are acceptable. Multiple awards are planned for each cycle and it is undesirable for NASA to have more than one contractor working on identical architectures or concepts. Offerors may propose larger and more capable systems if commercial considerations dictate such solutions, but the focus of the technology development program is on the small payload community. Multi-manifesting (more than one small payload per launch) is allowed if it is necessary for commercial viability but it is discouraged. a. Cycle One - Initial Design and Business Plan Development Offerors for this area of interest must include a technical description of their planned low recurring cost transportation system and a business plan for the operation of the transportation system on a commercial basis. For the planned operational system a business baseline with the following representative parameters shall be defined for the system in its first ten years of operation in the proposal: ú Planned market for this transportation system ú Expected annual revenues ú Annual expenses ú Return on investment ú Internal rate of return ú Initial operating capability date ú Development cost following completion of NRA activity ú Debt/equity ratio ú Facility cost ú Recurring cost For both the planned operational system and any corresponding technology flight demonstration system, a technical baseline with the following representative parameters shall be defined in the proposal: ù Design requirements. ù Physical design, layout, materials, dimensions, and volumes. ù Description of acoustic, vibration, thermal (e.g., aeroheating, base heating, etc.), and structural loads (e.g., loads along vehicle station) on vehicle and payload.. ù Flight vehicle mass properties including gross liftoff weight, empty weight, unit weights, and mass fractions. ù Flight performance, aerodynamic characteristics, and optimized ascent and descent trajectories. ù Flight vehicle stability and guidance, navigation, and control assessment and incorporation into vehicle design. ù Payload capacity versus orbital inclination, and altitude capability achieved (if applicable). ù Identify total lift margin including both payload, design weight margins and any performance margins ù Propulsion system characteristics (propellant, thrust, weight, ISP, etc.). ù Takeoff and landing limitations (e.g., crosswind). ù Weather constraints. ù Operations concept ù Assessment of environmental impact and risk. Offerors must identify in their submittal the technologies to be demonstrated during this program phase and the resultant risk reduction for the follow-on commercially operated system. During this program phase the engineering description/configuration of the planned system/flight demonstrators of the proposed low cost transportation system will be matured thru additional in-depth engineering analysis, test, preliminary design, and detail design. The design maturity reached during this phase must be sufficient to allow completion of any technology demonstration in CY99 if the demonstration is selected for Cycle Two award. Offerors may use up to 15 FTEs civil servants for Cycle One effort, subject to coordination with the cognizant Government installation and at least an equivalent direct labor effort by the offeror. Note that, depending on skill mix, situations may occur where a Government employee will be performing effort for multiple awardees. Proposals for this effort must be submitted by the Cycle One closing date. Offerors should include an overview of how they intend to accomplish the second cycle; i.e., final design, manufacturing, assembly, launch facility preparation, etc. Offerors selected for Cycle One must have the capability to accomplish Cycle Two. Up to three (3) awards are planned for Cycle One. b. Cycle Two - Flight Demonstration Offerors for this area of interest must include a technical description of their planned low recurring cost transportation system and a business plan for the full scale development and operation of the transportation system on a commercial basis. The business plan must identify the planned market for this transportation system, the expected annual revenues, the annual expenses, the return on investment, and other pertinent business data for the system in its first ten years of operation. Offerors must identify in their submittal the technologies to be demonstrated during this program cycle and the resultant risk reduction for the follow-on commercially operated system. Innovative business approaches are encouraged. During this program phase the planned flight demonstrators will be designed and analyzed in detail, fabricated, assembled, checked out, ground tested, and flight tested as proposed. The transportation system design maturity reached during this program phase must be sufficient to enable commercial operations after CY00, the goal being an initial operating capability in CY2001. Offerors may use FTE civil servants as needed for Cycle Two effort, subject to coordination with the cognizant Government installation. Proposals for this effort must be submitted by the Cycle Two closing date. Up to two awards are planned for Cycle Two. 2. Component/Subsystem/Operations Technology Development NASA is interested in reducing component, subsystem, and operations costs through adapting commercial manufacturing practices; utilizing commercial off-the-shelf (COTS) hardware; evolving low cost operations; and other low cost development approaches. Offerors are invited to submit proposals for technology development and demonstration in laboratory and ground based tests of low recurring cost technologies which have the capability of enabling commercial operation of a low cost space transportation system for small payloads to low earth orbit. Component technologies must be endorsed by a BT or USTD proposer. Only proposals endorsed by a Cycle One offeror will be evaluated and considered for award. Individual organizations may submit only one proposal in response to the CTD area, although the proposal may contain multiple technology initiatives. NASA has designed and is fabricating a generic ground test demonstration system (PTA1) to be used for component technology demonstration and development. Offerors may utilize this asset, or other government assets, as appropriate. Offerors must identify the cost reduction potential of maturing the proposed technologies. Proposals for this effort must be submitted by the Cycle One closing date. Multiple awards are possible in this area. 3. Upper Stage Technology Demonstrator Offerors are invited to submit proposals for the flight demonstration of upper stage low recurring cost technologies which would be applicable to "POP-UP" mission profiles characteristic of military space planes and commercial Reusable Launch Vehicles (RLVs). NASA and the Air Force plan to cooperatively flight test an Upper Stage Flight Experiment (USFE) to focus technology development on high density liquid propellant low energy (less than 5000 fps delta v) upper stage configurations. The Air Force will provide and operate a first stage Minuteman solid rocket motor (and second stage if needed) and guidance system to lift the planned USFE to its planned operating environment. NASA seeks an industry partner to select the appropriate upper stage technologies, integrate them together into a functional "POP-UP" stage configuration, and to support the planned flight demonstration. The technologies which must be incorporated include low recurring cost structures, avionics, propulsion systems, separation systems, attitude control systems, and power subsystems. The USFE must maintain the existing Minuteman mechanical and electrical interfaces in order to ensure ease of integration with the Orbital Suborbital Program (OSP) assets. The Air Force will provide range safety throughout the flight experiment via its OSP procurement. Offerors will be required to work on an associate basis with the US Air Force's OSP contractor to accomplish integration of the NASA/industry USFE with the Air Force/industry OSP flight vehicle. This demonstration may or may not reach orbit, and no payload is currently planned. This demonstration is planned for the first half of CY99. Additional information on the Air Force OSP Program is available via the Internet at http://www.plk.af.mil/cgi-bin/rfpmenu2.cgi. Proposals for this effort must be submitted by the Cycle One closing date. One award is planned for this area. FUNDING Cycle One of Bantam Technologies and the Component/Subsystem/Operations Technology Development proposal areas are funded by the NASA Low Cost Boost Technology Project utilizing FY97 funds of $8M. For planning purposes, the Government anticipates expending $6M of the FY97 funds for the Bantam Technologies proposal area and $2M for the CSTD proposal area. In addition, the Government reserves the right to redistribute funds across proposal areas based on the proposals received. The Upper Stage Technology Demonstrator is initially funded by FY97 funds for $2.5M. Any award is subject to availability of funds. Funding for any required Government support is to be extracted from the budgetary guidelines above. GENERAL PROPOSAL INSTRUCTIONS Proposals shall conform to the guidelines in Appendix B, "Instructions for Responding to NASA Research Announcements." The following supplemental guidelines are provided in addition to Appendix B. Cross-reference notations to Appendix B are included where applicable. Interested responders may propose on any one or all of the areas being solicited. If more than one area is being proposed, a separate proposal is required. Proposals must identify the proposed technology area; a description of the responsibilities and tasks to be accomplished by the offeror and by the Government (if applicable); a technical approach for all appropriate disciplines; a test plan for all major tests in each area; a systems engineering approach; an integrated program schedule including milestones; an approach for managing and controlling assigned Government tasks; and risk mitigation plans for significant risk areas. Offerors shall also explain how they will define, measure, evaluate, and report progress toward project success over the course of the project. Government test facilities will be made available for component, system, and flight testing.. The government may provide resources including analysis, design, test, fabrication, facilities, and other equipment within the capabilities and resources of the various government agencies to aid in development of low cost technologies. The proposal should specify those tasks and/or facilities (and the estimated cost of each task and/or facility) to be provided. The proposal must include documentation (task agreement or equivalent) of the government agency's (or center's) agreement to provide the planned services. Offerors should propose the use of only those Government resources they believe are necessary for the successful completion of the project. Proposals will not be evaluated on the amount of work they make available to NASA or any other government agency. This project will produce data to support future advanced launch vehicle development. It is anticipated that the data generated will be subject to export control laws. During Cycle One, and until Cycle Two selections have been accomplished, data submitted as a result of Cycle One will not be publicly disclosed. However, ultimately, these data may be shared with other U.S. domestic companies. Consequently, restrictions on resulting technology are highly discouraged and will be considered in the evaluation. However, proposals requiring restrictions on distribution of any aspect of the completed and resulting technology must include a justification for the restriction and the time period for which the restriction would apply. Proposals should include a description of related experience and past performance including commercial applications. Also include the telephone number(s) of responsible personnel who have knowledge of the offeror's performance. (Reference Appendix B, Paragraph 7(l)(2)). Evaluation of related experience will include a past performance assessment. (Reference Appendix B, Paragraph 13(c)(2)). BT Cycle One awards are anticipated to be firm-fixed-price contracts. CTD and USTD may be proposed based on the offeror's determination as the most applicable award instrument. BT Cycle Two proposers are encouraged to cost share as an indicator of the committment to commercialization. In general, cost sharing is permitted under contracts in which there is no profit. Cost sharing is required for cooperative agreements. Cooperative agreements with for-profit companies are governed by the final rule on Cooperative Agreements with Commercial Firms, reference 14 CFR Part 1274 published March 27, 1996, in the Federal Register. Criteria and procedures for the allowability and allocability of cash and non-cash contributions shall be governed by Section 23, "Cost Sharing or Matching," of OMB Circular A-110. Proposals should be written concisely in English. The total length of the proposal including cover page, figures, tables, list of references, etc., shall not exceed 50 pages on 8.5' x 11" paper. Foldouts shall not exceed 11" x 17" and each foldout will be counted as two pages. Transmittal letters are discouraged and will be included in the page count limitation if included. Pages in excess of the 50 page limit will not be considered in the evaluation and will be destroyed. There shall be a maximum of 52 lines per page using uncompressed font point sizes of 12 or larger, normal leading (space between lines), and 1-inch margins. Text embedded in graphics or figures must be greater than 6 point font size. A digital copy of this NRA and related documents may be obtained over the Internet. The documents are in Rich Text Interchange Format (RTF) and Microsoft Word 6.0. The documents reside on a World Wide Web (WWW) server at the Marshall Space Flight Center (MSFC), which may be accessed using client browsers, such as Netscape or Mosaic. The WWW address, or Uniform Resource Locator (URL), of the MSFC Procurement home page is: "http://procure.msfc.nasa.gov.", select business opportunities. Instructions are available on-line. The documents also may be downloaded using "anonymous File Transfer Protocal (FTP)" from the /pub/solicit/nra_8_19 directory of the FTP server, procure.msfc.nasa.gov. Anonymous FTP connection is accomplished by entering the above server location in the "Server" or "Host" field, entering "anonymous" in the "User ID" field, entering either "guest" or preferably your e-mail address (e.g., jsmith@msfc.nasa.gov) in the "password" field, and entering the above directory information in the "Directory" field. The RTF documents should be downloaded as "text" and the Microsoft Word documents as "source" or "binary" in accordance with the instructions for your FTP application. APPENDIX B INSTRUCTIONS FOR RESPONDING TO NASA RESEARCH ANNOUNCEMENTS 1. Foreword a. These instructions apply to "NASA Research Announcements." The "NASA Research Announcement (NRA)" permits competitive selection of research projects in accordance with statute while preserving the traditional concepts and understandings associated with NASA sponsorship of research. b. These instructions are Appendix I to 1870.203 of the NASA Federal Acquisition Regulation Supplement. 2. Policy a. Proposals received in response to an NRA will be used only for evaluation purposes. NASA does not allow a proposal, the contents of which are not available without restriction from another source, or any unique ideas submitted in response to an NRA to be used as the basis of a solicitation or in negotiation with other organizations, nor is a pre-award synopsis published for individual proposals. b. A solicited proposal that results in a NASA award becomes part of the record of that transaction and may be available to the public on specific request; however, information or material that NASA and the awardee mutually agree to be of a privileged nature will be held in confidence to the extent permitted by law, including the Freedom of Information Act. 3. Purpose These instructions supplement documents identified as "NASA Research Announcements." The NRAs contain programmatic information and certain requirements which apply only to proposals prepared in response to that particular announcement. These instructions contain the general proposal preparation information which applies to responses to all NRAs. 4. Relationship to Award a. A contract, grant, cooperative agreement, or other agreement may be used to accomplish an effort funded in response to an NRA. NASA will determine the appropriate instrument. b. Grants are generally used to fund basic research in educational and nonprofit institutions, while research in other private sector organizations is accomplished under contract. Contracts resulting from NRAs are subject to the Federal Acquisition Regulation and the NASA FAR Supplement (NHB 5100.4). Any resultant grants or cooperative agreements will be awarded and administered in accordance with the NASA Grant and Cooperative Agreement Handbook (NHB 5800.1). 5. Conformance to Guidance a. NASA does not have mandatory forms or formats for responses to NRAs; however, it is requested that proposals conform to the guidelines in these instructions. NASA may accept proposals without discussion; hence, proposals should initially be as complete as possible and be submitted on the proposers' most favorable terms. b. To be considered responsive, a submission must, at a minimum, present a specific project within the areas delineated by the NRA; contain sufficient technical and cost information to permit a meaningful evaluation; be signed by an official authorized to legally bind the submitting organization; not merely offer to perform standard services or to just provide computer facilities or services; and not significantly duplicate a more specific current or pending NASA solicitation. 6. NRA-Specific Items Several proposal submission items appear in the NRA itself: the unique NRA identifier; when to submit proposals; where to send proposals; number of copies required; and sources for more information. Items included in these instructions may be supplemented by the NRA. 7. Proposal Contents a. The following information is needed to permit consideration in an objective manner. NRAs will generally specify topics for which additional information or greater detail is desirable. Each proposal copy shall contain all submitted material, including a copy of the transmittal letter if it contains substantive information. b. Transmittal Letter or Prefatory Material. (1) The legal name and address of the organization and specific division or campus identification if part of a larger organization; (2) A brief, scientifically valid project title intelligible to a scientifically literate reader and suitable for use in the public press; (3) Type of organization: e.g., profit, nonprofit, educational, small business, minority, women-owned, etc.; (4) Name and telephone number of the principal investigator and business personnel who may be contacted during evaluation or negotiation; (5) Identification of other organizations that are currently evaluating a proposal for the same efforts; (6) Identification of the NRA, by number and title, to which the proposal is responding; (7) Dollar amount requested, desired starting date, and duration of project; (8) Date of submission; and (9) Signature of a responsible official or authorized representative of the organization, or any other person authorized to legally bind the organization (unless the signature appears on the proposal itself). c. Restriction on Use and Disclosure of Proposal Information. Information contained in proposals is used for evaluation purposes only. Offerors or quoters should, in order to maximize protection of trade secrets or other information that is confidential or privileged, place the following notice on the title page of the proposal and specify the information subject to the notice by inserting appropriate identification, such as page numbers, in the notice. In any event, information contained in proposals will be protected to the extent permitted by law, but NASA assumes no liability for use and disclosure of information not made subject to the notice. Notice Restriction on Use and Disclosure of Proposal Information. The information (data) contained in [insert page numbers or other identification] of this proposal constitutes a trade secret and/or information that is commercial or financial and confidential or privileged. It is furnished to the Government in confidence with the understanding that it will not, without permission of the offeror, be used or disclosed other than for evaluation purposes; provided, however, that in the event a contract (or other agreement) is awarded on the basis of this proposal the Government shall have the right to use and disclose this information (data) to the extent provided in the contract (or other agreement). This restriction does not limit the Government's right to use or disclose this information (data) if obtained from another source without restriction. d. Abstract. Include a concise (200-300 word if not otherwise specified in the NRA) abstract describing the objective and the method of approach. e. Project Description. (1) The main body of the proposal shall be a detailed statement of the work to be undertaken and should include objectives and expected significance; relation to the present state of knowledge; and relation to previous work done on the project and to related work in progress elsewhere. The statement should outline the plan of work, including the broad design of experiments to be undertaken and a description of experimental methods and procedures. The project description should address the evaluation factors in these instructions and any specific factors in the NRA. Any substantial collaboration with individuals not referred to in the budget or use of consultants should be described. Subcontracting significant portions of a research project is discouraged. (2) When it is expected that the effort will require more than one year, the proposal should cover the complete project to the extent that it can be reasonably anticipated. Principal emphasis should be on the first year of work, and the description should distinguish clearly between the first year's work and work planned for subsequent years. f. Management Approach. For large or complex efforts involving interactions among numerous individuals or other organizations, plans for distribution of responsibilities and arrangements for ensuring a coordinated effort should be described. Intensive working relations with NASA field centers that are not logical inclusions elsewhere in the proposal should be described. g. Personnel. The principal investigator is responsible for supervision of the work and participates in the conduct of the research regardless of whether or not compensated under the award. A short biographical sketch of the principal investigator, a list of principal publications and any exceptional qualifications should be included. Omit social security number and other personal items which do not merit consideration in evaluation of the proposal. Give similar biographical information on other senior professional personnel who will be directly associated with the project. Give the names and titles of any other scientists and technical personnel associated substantially with the project in an advisory capacity. Universities should list the approximate number of students or other assistants, together with information as to their level of academic attainment. Any special industry- university cooperative arrangements should be described. h. Facilities and Equipment. (1) Describe available facilities and major items of equipment especially adapted or suited to the proposed project, and any additional major equipment that will be required. Identify any Government-owned facilities, industrial plant equipment, or special tooling that are proposed for use. (2) Before requesting a major item of capital equipment, the proposer should determine if sharing or loan of equipment already within the organization is a feasible alternative. Where such arrangements cannot be made, the proposal should so state. The need for items that typically can be used for research and non- research purposes should be explained. I. Proposed Costs. (1) Proposals should contain cost and technical parts in one volume: do not use separate "confidential" salary pages. As applicable, include separate cost estimates for salaries and wages; fringe benefits; equipment; expendable materials and supplies; services; domestic and foreign travel; ADP expenses; publication or page charges; consultants; subcontracts; other miscellaneous identifiable direct costs; and indirect costs. List salaries and wages in appropriate organizational categories (e.g., principal investigator, other scientific and engineering professionals, graduate students, research assistants, and technicians and other non-professional personnel). Estimate all manpower data in terms of man-months or fractions of full-time. (2) Explanatory notes should accompany the cost proposal to provide identification and estimated cost of major capital equipment items to be acquired; purpose and estimated number and lengths of trips planned; basis for indirect cost computation (including date of most recent negotiation and cognizant agency); and clarification of other items in the cost proposal that are not self-evident. List estimated expenses as yearly requirements by major work phases. (Standard Form 1411 may be used). (3) Allowable costs are governed by FAR Part 31 and the NASA FAR Supplement Part 1831 (and OMB Circulars A-21 for educational institutions and A-122 for nonprofit organizations). j. Security. Proposals should not contain security classified material. If the research requires access to or may generate security classified information, the submitter will be required to comply with Government security regulations. k. Current Support. For other current projects being conducted by the principal investigator, provide title of project, sponsoring agency, and ending date. l. Special Matters. (1) Include any required statements of environmental impact of the research, human subject or animal care provisions, conflict of interest, or on such other topics as may be required by the nature of the effort and current statutes, executive orders, or other current Government-wide guidelines. (2) Proposers should include a brief description of the organization, its facilities, and previous work experience in the field of the proposal. Identify the cognizant Government audit agency, inspection agency, and administrative contracting officer, when applicable. 8. Renewal Proposals a. Renewal proposals for existing awards will be considered in the same manner as proposals for new endeavors. A renewal proposal should not repeat all of the information that was in the original proposal. T he renewal proposal should refer to its predecessor, update the parts that are no longer current, and indicate what elements of the research are expected to be covered during the period for which support is desired. A description of any significant findings since the most recent progress report should be included. The renewal proposal should treat, in reasonable detail, the plans for the next period, contain a cost estimate, and otherwise adhere to these instructions. b. NASA may renew an effort either through amendment of an existing contract or by a new award. 9. Length Unless otherwise specified in the NRA, effort should be made to keep proposals as brief as possible, concentrating on substantive material. Few proposals need exceed 15-20 pages. Necessary detailed information, such as reprints, should be included as attachments. A complete set of attachments is necessary for each copy of the proposal. As proposals are not returned, avoid use of "one-of-a-kind" attachments: their availability may be mentioned in the proposal. 10. Joint Proposals a. Where multiple organizations are involved, the proposal may be submitted by only one of them. It should clearly describe the role to be played by the other organizations and indicate the legal and managerial arrangements contemplated. In other instances, simultaneous submission of related proposals from each organization might be appropriate, in which case parallel awards would be made. b. Where a project of a cooperative nature with NASA is contemplated, describe the contributions expected from any participating NASA investigator and agency facilities or equipment which may be required. The proposal must be confined only to that which the proposing organization can commit itself. "Joint" proposals which specify the internal arrangements NASA will actually make are not acceptable as a means of establishing an agency commitment. 11. Late Proposals A proposal or modification received after the date or dates specified in an NRA may be considered if the selecting official deems it to offer NASA a significant technical advantage or cost reduction. 12. Withdrawal Proposals may be withdrawn by the proposer at any time. Offerors are requested to notify NASA if the proposal is funded by another organization or of other changed circumstances which dictate termination of evaluation. 13. Evaluation Factors a. Unless otherwise specified in the NRA, the principal elements (of approximately equal weight) considered in evaluating a proposal are its relevance to NASA's objectives, intrinsic merit, and cost. b. Evaluation of a proposal's relevance to NASA's objectives includes the consideration of the potential contribution of the effort to NASA's mission. c. Evaluation of its intrinsic merit includes the consideration of the following factors, none of which is more important than any other: (1) Overall scientific or technical merit of the proposal or unique and innovative methods, approaches, or concepts demonstrated by the proposal. (2) Offeror's capabilities, related experience, facilities, techniques, or unique combinations of these which are integral factors for achieving the proposal objectives. (3) The qualifications, capabilities, and experience of the proposed principal investigator, team leader, or key personnel critical in achieving the proposal objectives. (4) Overall standing among similar proposals and/or evaluation against the state-of-the-art. d. Evaluation of the cost of a proposed effort includes the realism and reasonableness of the proposed cost and available funds. 14. Evaluation Techniques Selection decisions will be made following peer and/or scientific review of the proposals. Several evaluation techniques are regularly used within NASA. In all cases proposals are subject to scientific review by discipline specialists in the area of the proposal. Some proposals are reviewed entirely in-house, others are evaluated by a combination of in-house and selected external reviewers, while yet others are subject to the full external peer review technique (with due regard for conflict-of-interest and protection of proposal information), such as by mail or through assembled panels. The final decisions are made by a NASA selecting official. A proposal which is scientifically and programmatically meritorious, but not selected for award during its initial review, may be included in subsequent reviews unless the proposer requests otherwise. 15. Selection for Award a. When a proposal is not selected for award, and the proposer has indicated that the proposal is not to be held for subsequent reviews, the proposer will be notified. NASA will explain generally why the proposal was not selected. Proposers desiring additional information may contact the selecting official who will arrange a debriefing. b. When a proposal is selected for award, negotiation and award will be handled by the procurement office in the funding installation. The proposal is used as the basis for negotiation. The contracting officer may request certain business data and may forward a model contract and other information which will be of use during the contract negotiation. 16. Cancellation of NRA NASA reserves the right to make no awards under this NRA and to cancel this NRA. NASA assumes no liability for canceling the NRA or for anyone's failure to receive actual notice of cancellation. Cancellation may be followed by issuance and synopsis of a revised NRA, since amendment of an NRA is normally not permitted. APPENDIX B NASA GUIDELINES FOR THE USE OF FOREIGN TECHNOLOGY IN THE LOW COST BOOST TECHNOLOGY PROGRAM PURPOSE This document establishes guidelines concerning the acquisition and incorporation of foreign components and technology in the Low Cost Boost Technology (LCBT) project of the National Aeronautics and Space Administration (NASA). BACKGROUND The President's National Space Transportation Policy, signed August 5, 1994, states that "assuring reliable and affordable access to space through U.S. space transportation capabilities is a fundamental goal of the U.S. space program." As a primary means of achieving this goal, the policy directs that the U.S. Government will foster technology development and demonstration to support future decisions on the development of low cost space transportation systems that greatly reduce the cost of access to space. POLICY The National Space Transportation Policy directs that the U.S. Government will seek to take advantage of foreign components or technologies in developing U.S. space transportation systems. Such activities will be consistent with U.S. nonproliferation, national security, and foreign policy goals and commitments, as well as the commercial-sector guidelines contained in the National Space Transportation Policy. They will be conducted in a manner consistent with U.S. obligations under the Missile Technology Control Regime and with due consideration given to dependence on foreign sources and national security. The LCBT development and demonstration program may seek to take advantage of all beneficial components and technologies, both foreign and domestic, in developing U.S. low cost space transportation systems. Foreign participation in LCBT projects will be undertaken on a company-to-company contractual basis and will be conducted consistent with the policy and guidelines in this document. NASA will make available expertise and resources as appropriate to assist U.S. companies in identifying and analyzing potential foreign participation that could clearly advance the interests of the LCBT development and demonstration program. The National Space Transportation Policy provides that, for the foreseeable future, U. S. Government payloads will be launched on space launch vehicles manufactured in the United States, unless exempted by the President or his designated representative, or unless foreign launch vehicles are used on a no-exchange-of-funds basis to support the following: flight of scientific instruments on foreign spacecraft, international scientific programs, or other cooperative government-to- government programs. Such use will be subject to interagency coordination procedures. GUIDELINES U.S. companies leading LCBT project teams that decide to utilize foreign propulsion systems, components, or technologies in Bantam Transportation Systems projects should be cognizant that NASA's participation, both as the major provider of funding for the demonstrator vehicles and as a major potential customer of future operational vehicles, will be subject to the following criteria: 1. Foreign participation must provide clear net benefits to the achievement of the program's technical and business objectives. _ 2. Federal funds may be used for manufacture or acquisition of flight-ready foreign component technology, but may not be used for foreign-based development of foreign technology, unless specifically exempted by the NASA Administrator. 3. Incorporation of foreign technology must not threaten the successful execution of the program, both in its developmental and operational phases. 4. Due consideration is given to fostering U.S. competitiveness and safeguarding national security interests throughout the life of the program. 5. Close consultation is maintained with NASA and other appropriate U.S. Government agencies on all aspects of foreign participation. U.S. companies' business plans and proposals must address all aspects and implications of foreign participation, including the aspects outlined above. In addition, prospective developers of post-2000 operational space transportation systems who expect to offer launch services for national security purposes shall be cognizant of the need to meet related requirements for foreign participation as promulgated by the Department of Defense in its role as launch agent for the national security agencies. NASA will consult with executive agencies, including the National Security Council, and the Office of Management and Budget, to ensure that all national interests are sufficiently reflected in ongoing activities with industry partners and/or future potential launch APPENDIX D Low Cost Booster Program PTA1 Systems Requirements Document MSFC DOCUMENT NUMBER MSFC-DOC-2674 Available from MSFC Release Desk (205) 544-4490. APPENDIX E Low Cost Booster Program Fastrac 60K Engine Specification MSFC DOCUMENT NUMBER MSFC-SPEC-2675 Available from MSFC Release Desk (205) 544-4490 APPENDIX F Low Cost Booster Program Fastrac 60K Engine Interface Definition Document MSFC DOCUMENT NUMBER MSFC-DOC-2678 Available from MSFC Release Desk (205) 544-4490