Newsgroups: sci.space.policy Path: geraldo.cc.utexas.edu!cs.utexas.edu!howland.reston.ans.net!europa.eng.gtefsd.com!uhog.mit.edu!news.kei.com!world!dld From: dld@world.std.com (Don L Doughty) Subject: NASA X-33 CAN (89K-long), SSTO Message-ID: Summary: X33_1dft CAN from the NASA MSFC WWW Server. Keywords: SSTO X-33 NASA SSRT DC-X MSFC Organization: The World Public Access UNIX, Brookline, MA --Don Doughty Distribution: na Date: Fri, 4 Nov 1994 23:26:08 GMT Lines: 2434 The comment period for the CAN has been extended to 9-Nov-94. The X33_1dft CAN was pulled down from the NASA MSFC WWW Server. Don Doughty, Cheap Access to Space Project, dld@world.std.com e-mail list delta-clipper-request@world.std.com ----------------------------------cut---------------------------------------- National Aeronautics and Space Administration A COOPERATIVE AGREEMENT NOTICE Reusable Launch Vehicle (RLV) Advanced Technology Demonstrator X - 33 DRAFT CAN 8-1 Comments Due November 2,1994 Reusable Launch Vehicle (RLV) Advanced Technology Demonstrator X - 33 A Cooperative Agreement Notice DRAFT Soliciting Proposals for a Reusable Launch Vehicle (RLV) Advanced Technology Demonstrator DRAFT Issued: October 19, 1994 National Aeronautics and Space Administration George C. Marshall Space Flight Center Program Development Directorate/PAO1 Marshall Space Flight Center, Al 35812 Reusable Launch Vehicle (RLV) Advanced Technology Demonstrator : X - 33 The National Space Transportation Policy charters NASA to lead the technology development and demonstration of next generation reusable space transportation systems, and to focus the research on technologies to support a decision no later than December 1996 to proceed with a sub-scale flight demonstration which would prove the concept of single-stage- to-orbit. The objective of NASA's technology development and demonstration effort is to support government and private sector decisions by the end of this decade on development of an operational next-generation reusable launch system. It is envisioned that the private sector could have a significant role in managing the development and operation of a new reusable space transportation system. The objective of this NASA Cooperative Agreement Notice (CAN) is to initiate concept definition/design of a technology demonstrator vehicle, X-33, followed by the design/demonstration of competitively selected concept(s). The X-33 must adequately demonstrate the key design and operational aspects of a reusable space launch system so as to reduce the risk to the private sector in developing such a commercially viable launch system. Significantly lowering the cost of space launch for medium class payloads will promote U. S. economic growth, improve the quality of life, and contribute to the continuing economic development of near-earth space. It is the government's intent to demonstrate critical elements of a future Single-Stage-To-Orbit (SSTO) rocket powered RLV. The X-33 will be an integrated systems testbed for advanced launch technologies applicable to a next generation RLV. NASA is coordinating program implementation with the Department of Defense (DoD). NASA is initiating a progressive competition with the issuance of this CAN. This CAN solicits proposals, for the total X-33 effort, that offer a new way of doing business consistent with space policy. Initial proposals in response to this CAN should reflect creative business investment strategies and planning, and technical solutions that address programmatic and technical challenges involved in the Concept Definition/Design Phase (Phase I); the Design/Demonstration Phase (Phase II) and the commercial RLV Development/Operation Phase (Phase III). These proposals should be specific/detailed for Phase I, and reflect preliminary plans for both of the subsequent phases. At the end of Phase I, proposals are planned to be received for Phase II, and competitive selection(s) made. The performance period of Phase I is approximately 13 months. Phase II, which includes design, build and flight demonstration of the X-33, will be initiated by the end of FY 1996 and will continue through CY 1999. Phase III will be implemented following government and private sector decisions by the end of this decade on development of an operational next generation reusable launch system. Multiple awards are planned for the X-33 Phase I activity during which each participant shall mature their total X-33 business investment strategies and planning, operations planning and vehicle design and analysis with detail sufficient to permit competitive selection of industry partner(s) and their X-33 design concept(s) at the end of the period. Selection to proceed into Phase II, the period to fabricate and flight test X-33 concept(s), will occur as a result of evaluation of proposals reflecting the following general evaluation criteria: mature business management and cost arrangements/planning, design maturity, technical content/approach; more specifically: 1) detailed cost/business investment strategies, planning and arrangements for Phase II, as well as preliminary business planning, strategy and linkage to Phase III, 2) detailed operations planning for Phase II as well as preliminary operations planning for and linkage to Phase III and 3) detailed planning for vehicle design and analysis to be demonstrated in Phase II as well as preliminary design planning for and linkage to Phase III. Consistent with the above, the government reserves the right to provide more specific evaluation criteria for selection for Phase II activity prior to receipt of Phase II proposals for evaluation. Proposals requiring restrictions on distribution of any aspect of the completed effort and resulting technology must include a justification for the restriction and the time period for which the restriction would apply. It is important that technology demonstrated from cooperative agreements resulting from this CAN reside in the public domain. Excessive use of restrictions on distribution of the subject technology could result in nonselection of the proposal. Proposers should also highlight the offeror's experience and capabilities in proposed areas and how the experience and capabilities would be employed in support of this technology demonstration activity. Participation in this program is open to all categories of organizations, both domestic and foreign. Organizations include industry, educational institutions, nonprofit organizations, NASA centers, and Federal, state, and local government agencies. Guidelines for foreign participation are given in Appendix A, Section 8. Joint proposals that demonstrate effective, mutually beneficial partnerships or cooperative arrangements between government, academia, and industry are encouraged. U.S. Federal Government agencies who wish to participate will be expected to supply their own funding. Proposers shall submit proposals by January 6, 1995. Black- out conditions will exist upon receipt of proposals for evaluation. Proposals will be evaluated by peer and/or technical review committees. Offeror's initial proposals for Phase I, X-33 Concept Definition/Design Phase(includes preliminary planning for all subsequent phases), shall include cost/business investment strategies and planning, operations planning and vehicle design and analysis. Offerors may elect to also propose supporting technology demonstration efforts. Areas to be accomplished in Phase I are further described in paragraph 4.0, Appendix A. All or part of a proposal may be selected for negotiations leading to a possible award of a cooperative agreement unless the offeror requests otherwise. A proposal that is technically and programmatically meritorious, but that cannot be accepted because of funding uncertainties, may be retained for future consideration, should additional funding become available, unless the offeror requests otherwise. Evaluation, selection and award may occur during the period of time from receipt of proposals for evaluation to one year after issuance date of this CAN. The following information applies only to this CAN: CAN Number: CAN 8-1 Submit Proposals to: Marshall Space Flight Center Attn:GP54/Mark R. Stiles CAN 8- 1 Marshall Space Flight Center, AL 35812 Copies Required: 15 plus 1 reproducible copy, plus original signed copy Selection Official: PAO1/James M. McMillion Director, Program Development Marshall Space Flight Center Obtain additional information from: Technical: PTO1/Robert E. Austin Marshall Space Flight Center, Al 35812, (205)544-0366 Administrative and Contractual: GP54/Mark Stiles Marshall Space Flight Center, Al 35812, (205)544-0381 Appendix A provides technical description relative to the X- 33. Appendix B contains basic guidance needed for preparation of solicited proposals in response to this CAN. Appendix C contains the CAN proposal format to follow. A Model Cooperative Agreement, Industry Briefing Package with attendance sheet, Points of Contact at NASA centers and DoD laboratories/centers, OMB Circular A-110, and a Acronyms list are contained in attached Appendices D through H respectively. An electronic copy of this CAN is available over the Internet. See instructions on CAN-Internet Access in Appendix A, Section 9.0. Your interest and cooperation in this CAN are greatly appreciated. Charles E. Henke Director, Procurement Office Enclosures This Page Intentionally Left Blank Reusable Launch Vehicle - Advanced Technology Demonstrator: X - 33 Page Preface ii Table of Contents v Appendix A TECHNICAL DESCRIPTION A-1 1.0 Introduction A-2 1.1 Background A-2 1.2 X-33 Concept Definition/Design Phase (Phase I) A-2 1.3 X-33 Design/Demonstration Phase (Phase II) A-3 1.4 Commercial RLV Development/Operation Phase (Phase III) A-3 2.0 Scope A-3 3.0 Objectives and Guidelines A-3 3.1 Technical Objectives A-3 3.2 Design Traceability to SSTO Rocket Requirements A-6 3.3 Operability Guidelines A-6 4.0 Areas to Be Accomplished in Phase I A-6 4.1 Business Planning A-6 4.2 System Operations Planning A-7 4.3 Vehicle Design and Analysis A-7 4.3.1 Technical Baselines A-8 4.3.2 SSTO Rocket Concept Definition A-8 4.3.3 X-33 Preliminary Design A-8 4.3.4 Phase II Supporting Technology Demonstrations A-9 4.4 Phase I Supporting Technology Demonstrations A-9 5.0 Resource Sharing A-10 6.0 Government Budget Information A-10 7.0 Proposed Deviations A-10 8.0 Foreign Participation A-11 9.0 CAN Internet Access A-11 Appendix B INSTRUCTIONS FOR RESPONDING TO NASA COOPERATIVE AGREEMENT NOTICE B-1 1. Foreword B-2 2. Policy B-2 3. Relationship to Award B-2 4. Conformance to Guidance B-2 5. CAN-Specific Items B-2 6. Proposal Contents B-2 7. Length B-8 8. Joint Proposals B-8 9. Late Proposals B-8 10. Withdrawal B-8 11. Evaluation Factors B-9 12. Cancellation of CAN B-9 13. Schedule B-9 Appendix C CAN PROPOSAL FORMAT C-1 1. Proposal Format C-2 2. Proposal Cover Page C-3 3. Proposal Summary Form 1 C-4 4. Proposal Summary Form 2 C-5 5. Current And Pending Support C-8 6. Certification C-9 Appendix D MODEL COOPERATIVE AGREEMENT D-1 Appendix E INDUSTRY BRIEFING PACKAGE E-1 Appendix F POINTS OF CONTACT F-1 Appendix G OMB CIRCULAR A-110, SECTION 23 G-1 Appendix H ACRONYMS H-1 REUSABLE LAUNCH VEHICLE ADVANCED TECHNOLOGY DEMONSTRATOR: X- 33 APPENDIX A TECHNICAL DESCRIPTION 1.0 Introduction The objective of this NASA Cooperative Agreement Notice (CAN) is to initiate the concept definition/design of a technology demonstrator vehicle, Experimental-Thirty Three (X-33), followed by the design/demonstration of the competitively selected concept(s), for technologies required for a low cost next generation reusable space launch system. The X-33 must adequately demonstrate the key design and operational aspects of a Single Stage to Orbit (SSTO) rocket system so as to reduce the risk to the private sector in developing such a commercially viable launch system. Significantly lowering the cost of space launch for medium class payloads will promote U.S. economic growth, improve the quality of life, and contribute to the continuing economic development of near-earth space. The lowering of the cost of space launch is a goal of NASA and the Office of Space Access and Technology. The NASA Office of Space Access and Technology conducts space research and development through sponsorship of technology programs conducted at the NASA Field Centers, in United States industry, and in American universities. The Space Transportation Division supports the Office of Space Access and TechnologyOs goals by sponsoring the development of next generation Reusable Launch Vehicle (RLV) technologies. NASAOs Space Transportation technology program will accelerate the development and application of new space launch technologies and operational concepts to meet NASAOs science and engineering goals and contribute to the continuing development of the national space launch industry. The goal of the RLV technology program is the continued lowering of the cost of access to space to promote the creation and delivery of new space services and other activities that will improve economic competitiveness and benefit all citizens. 1.1 Background The Government has numerous requirements for economical orbital RLV's. Demonstration of critical issues such as operability, supportability, and cost are crucial to successful commercial development and operation of future RLV's. Preliminary assessments indicate that a significant payoff can be achieved by applying near term, advanced technologies to a reusable, Single Stage to Orbit (SSTO) rocket due to significantly reduced servicing, integration and operating costs. This and future phases of the RLV program are structured as follows: 1.2 X-33 Concept Definition/Design Phase (Phase I) This phase will consist of concept definition and preliminary design of a single stage reusable advanced technology demonstrator system, designated the X-33. The X- 33 system includes the flight vehicle, supporting ground based technology demonstrations, and any required ground and flight support systems. The X-33 will demonstrate the same structural approach, materials, and unit weights required for an SSTO rocket vehicle. The X-33 ground support and flight control systems will be designed to accomplish operations and supportability goals which are key to lower cost system operations. Based on the results of this phase, an industry/concept team will be selected for Phase II. This CAN is a solicitation for this phase. 1.3 X-33 Design/Demonstration Phase (Phase II) This phase will consist of the final design, fabrication, assembly and test of the X-33 System. The X-33 vehicle will be flight tested, using a flight envelope expansion process, to demonstrate aircraft like operations. Flight testing will be accomplished at an appropriate test range. 1.4 Commercial RLV Development/Operation Phase (Phase III) The previous two phases are focused towards demonstrating the technology to build reusable launch vehicles with aircraft-like operations. If fully successful, they will enable a low risk, low cost development of a commercially operated RLV system. This phase will design, manufacture, and operate the RLV system. The level of government participation in this phase will be minimized. 2.0 Scope This program will implement the recently released National Space Transportation Policy, specifically Section III, paragraph 2(b): "Research shall be focused on technologies to support a decision no later than December 1996 to proceed with a sub-scale flight demonstration which would prove the concept of single-stage to orbit." The X-33 will demonstrate the critical technologies needed for orbital SSTO rockets in realistic operational environments. To the extent practical, the X-33 will be tested in the ascent and reentry flight environments of a full-scale SSTO rocket. In addition, the X-33 will focus on those operational issues which are critical to the development of reliable low cost reusable space transportation. The X-33 will incorporate more advanced materials with unit and component weights equivalent to those required by a follow-on SSTO rocket. The performance demonstrated by the X-33 will provide the necessary data to establish the detailed requirements for future operational RLV's. 3.0 Objectives and Guidelines 3.1 Technical Objectives The following are provided as a set of technical objectives to be accomplished by the X-33 and follow-on RLV launch systems. Offerors must accomplish, at a minimum, objectives reflected in Table 1. Accomplishment of effort beyond that reflected in the table as minimally required, is possible but must be accomplished within established funding guidelines. These are consistent with the October 6, 1994 Draft of the National Spacelift Requirements Document. For the follow-on operational system (RLV), the following objectives should be used for initial design purposes and are subject to later trade. X-33 RLV CAPABLE Performance All rocket, fully reusable, single stage REQ GOAL launch system Trajectory SUB ORBITAL ORBITAL Vehicle must prove concept of single stage to REQ N/A orbit rocket (i.e., demonstrate key SSTO technology, operations, and reliability requirements in an integrated flight vehicle). Capable of delivering/returning an unmanned N/A REQ 25,000 lbm payload to/from the International Space Station (ISS) and delivering/returning a crew complement to/from the ISS. ISS located at 220 nmi Altitude and 51.6- Inclination. Evaluate potential mission applications N/A REQ including: -- Payload Delivery: Government and Commercial Missions. -- Military applications for Transatmospheric Vehicles. -- Alternative civil/commercial/military REQ uses of RLV 's. The vehicle shall be capable of RLV ascent REQ REQ and descent flight profiles Autonomous flight operations (launch, ascent, REQ REQ on-orbit, reentry, landing) The Flight Vehicle shall be able to Abort- RTLS REQ Once-Around (AOA) back to the launch site or accomplish a Return-To-Launch Site (RTLS) maneuver. -- The Flight Vehicle shall be capable of GOAL REQ safely landing after loss of thrust from any single main propulsion engine or group of engines using shared components. Following engine start, but prior to lift REQ REQ off, the Flight Vehicle and propulsion system health status shall be determined and shall be capable of being safely shut down. The Flight Vehicle shall be capable of OPTIONAL N/A performing a suborbital "Pop-Up" Maneuver for the purpose of deploying satelitte/booster payloads. Mission Duration (International Space N/A 7 DAYS Station) On-Orbit Operations The Flight Vehicle shall be able to N/A REQ rendezvous and station keep with the International Space Station and other orbital spacecraft. The Flight Vehicle shall be able to dock with N/A REQ Space Station and other spacecraft. The Flight Vehicle shall have a 5 minute N/A REQ launch window for rendezvous and docking with the planned International Space Station. Crew override of flight controls on-orbit N/A REQ when requried (i.e., satellite servicing) Human Transport Humans as passengers, not flight crew (except N/A REQ during some on-orbit cases). Human passenger capability when required by REQ mission unique factors. All crew systems "containerized" to permit N/A REQ ease of removal for missions not requiring human presence. Launch Rate TBD TBD Accommodate Payloads An off-line payload processing system shall OPTIONAL REQ be required. The payload shall be installed in a payload container which will be loaded into the Flight Vehicle. The payload container shall provide OPTIONAL REQ standardized structural, mechanical, electrical, communications, and other interfaces to the Flight Vehicle. X-33 RLV OPERABLE Schedule Dependability Vehicle shall consistently launch when GOAL REQ planned 95% of time. Responsive 3.5 day turn around of a Flight Vehicle for GOAL GOAL reflight under emergency conditions. Resilient Maximize robustness to adverse weather REQ REQ conditions. Efficient Ground Process The Support System shall provide for REQ REQ standardized mission planning, mission operations, command and control, maintainance, repair, and support of the Flight Vehicle. 7 day turn around of a Flight Vehicle for GOAL GOAL reflight under normal conditions Supportable Self-Ferry of Flight Vehicles between launch GOAL REQ and landing sites (add-on turbine engines, landing/nav lights, etc. equipment allowed). The Flight Vehicle shall be capable of GOAL GOAL landing at alternate unprepared landing sites. No preplanned down range abort sites. REQ REQ The Flight Vehicle shall land on conventional REQ REQ runways or, for vertical landing vehicles, within a 200 foot radius on conventional runway surfaces. Maintainable All on-board subsystems required for the GOAL REQ Flight Vehicle shall be field repairable/replacable. All equipment required to repair, turnaround GOAL GOAL and relaunch the Flight Vehicle shall be transportable. ECONOMICAL Cost Effectiveness High enough potential for profitability to REQ permit signifcant private investment (at most, government as "anchor tenants"). Development cost to government. $650 M 0 (GOAL) Low Recurring Cost Operating costs per flight. $2M TBD (GOAL) 75% annual cost savings to government. N/A REQ Viable Commercial Spacelift Capability OPTIONAL REQ Maintain Indigenous Capability Minimize reliance on foreign sources for REQ REQ critical materials, components, and services. RELIABLE Probability of safe recovery of the flight 0.995 vehicle per mission. Probability of safe recovery of the human N/A 0.999 passengers per mission. CONSTRAINTS Environmentally compliant (i.e., Federal and REQ REQ local regulations) REQ: Firm Requirement GOAL: Desirable Item (More Flexible than Requirement) N/A: Not Applicable 3.2 Design Traceability to SSTO Rocket Requirements The X-33 system, subsystems, and major components shall be designed and tested so as to ensure their traceability (technology and general design similarity) and scalability (directly scalable unit weights, loads, design, fabrication methods, and testing approaches) to a full scale SSTO rocket system. 3.3 Operability Guidelines The following should be used as guidelines when designing both the X-33 and RLV systems: The vehicle should feature a minimal number of separate systems and subsystems. The vehicle should minimize the number of active components needed to accomplish its mission safely. The vehicle should minimize the number of hands-on activities needed to handle, maintain, checkout, service, and launch. Vehicle servicing, maintenance, and operations should be designed to be accomplished with a minimal number of personnel. Avionics should maximize the use of built in test and evaluation. The vehicle should minimize the number of different fluids. The vehicle should minimize hazardous operations. The vehicle should minimize the number of man-hours, special tools, and support equipment needed to turn- around and refly the vehicle. The number of closed compartments and required purges should be minimized. Actively conditioned components should be minimized or eliminated where possible. The mean time between major overhaul for the system and components should be maximized. Component accessibility should be maximized, using aircraft standards where possible and relevant. The number of criticality-one failure modes should be minimized. Robust design margins should be used where applicable. 4.0 Areas to Be Accomplished in Phase I The general areas to be accomplished in Phase I should include, but not be limited to the following: 4.1 Business Planning Business investment strategies and planning for the X-33 design/demonstration (Phase II) and follow-on RLV (Phase III) will be initiated and matured during Phase I. This will determine the requirements for the development and operation of a cost-effective, commercially developed and operated RLV system. Planning should include, but not be limited to: Cost / benefit modeling (inc. cash, revenue stream, depreciation, interest, taxation, etc.). Potential financial investment sources and requirements. Level of government participation in RLV development and operations. - Legislation required to permit unique government / industry partnerships. Cost and schedule to develop, manufacture, and operate flight and related support systems. - Comprehensive to a level that will permit credible, independent assessments. Potential commercial market share with associated requirements to achieve. Potential and required return on investment (focused on long term). Identification of risks and tasks to mitigate. Procurement mechanisms. Management approach. 4.2 System Operations Planning The X-33 will demonstrate key operational attributes required for a cost effective SSTO rocket system. As a minimum, the following will be accomplished in the design of the X-33: Flow down of SSTO rocket operations requirements to the X-33 (i.e., traceability). Reliability, maintainability, and supportability. Operation of ground support systems. Flight operations. Logistical support. Manpower, skill types and levels. Estimated vehicle turnaround, mean time between failure, mean time to repair, reliability, and other critical maintenance parameters. Operations and maintenance cost estimates to accomplish the flight requirements. Overall support concept including flight vehicle support, propellant storage, and range facilities and services. Transportation concept. 4.3 Vehicle Design and Analysis 4.3.1 Technical Baselines For both the X-33 and follow-on SSTO rocket system, a technical baseline with the following representative parameters, at a minimum, shall be defined: Physical design, layout, materials, dimensions, and volumes. Description of acoustic, vibration, thermal (e.g., aeroheating, base heating, etc.), and structural loads (e.g., loads along vehicle station) on vehicle. Flight vehicle mass properties including gross liftoff weight, empty weight, unit weights, and mass fractions. Flight performance, aerodynamic characteristics, and optimized ascent and descent trajectories. Flight vehicle stability and guidance, navigation, and control assessment and incorporation into vehicle design. Payload capacity versus maximum velocity, orbital inclination, and altitude capability achieved. Identify total lift margin including both payload, design weight margins and any performance weight margin above the minimum necessary to achieve a once around the earth mission for the orbital vehicle. Propulsion subsystem characteristics. Cross range maneuver capability. Crosswind takeoff and landing limitations. Weather constraints. Operations (see section 4.2). Payload and crew accommodations and processing (where applicable). 4.3.2 SSTO Rocket Concept Definition An SSTO rocket vehicle concept shall be designed and analyzed at a level sufficient to demonstrate SSTO rocket requirements flowdown to the X-33 flight system. The areas addressed should be similar to those described below in section 4.3.3. 4.3.3 X-33 Preliminary Design SYSTEM DESIGN The X-33 system design will make use of near term available technologies and innovative concepts in the vehicle design, manufacturing processes, assembly and integration process, and ground test. Designs will focus on operational simplicity and minimizing vehicle processing requirements. Detailed layout and systems engineering analysis required to demonstrate the feasibility and performance of the X-33 vehicle will be provided. The level of design required will be sufficient to permit a concept downselection at the conclusion of this phase. As a minimum, the scalability and traceability of the X- 33 airframe, cryogenic tanks and thermal protection systems (TPS) to the SSTO rocket will be identified in order to establish that the required structural mass fraction of the SSTO rocket is achievable. Where the X- 33 design is not directly traceable to the full scale SSTO rocket, product enhancements, ground test programs, or alternative minimal risk design approaches to provide an SSTO rocket capability will be identified. DESIGN-TO-COST GOAL The X-33 design shall be developed using a design-to- cost methodology. The goal shall be to constrain the total X-33 program cost as close to a $(To Be Proposed) program or lower as possible, however, all costs must be completely credible, realistic, and defendable to an independent costing evaluation. Total costs include both government and industry investments combined. TEST PROGRAM A comprehensive test program shall be developed for the X-33, identifying the configuration and number of test articles, a description of the test facilities, and a schedule for the test program. This will include testing for both ground and flight components and systems. SOFTWARE DEVELOPMENT The software structure needed to meet the X-33 system requirements will be defined and will include the development program for generating the necessary code, software tools, and validation procedures to be utilized. SUPPORT EQUIPMENT A preliminary design of X-33 support equipment will be prepared, including an integrated program for the manufacture, test, and integration of this equipment with the flight vehicle. Support equipment shall include factory assets needed to manufacture and assemble the X-33, test stands needed to validate the X- 33 prior to flight, propellant storage and servicing equipment, maintenance equipment, and other operations support requirements. RISK REDUCTION PROGRAM Potential problem areas critical to engineering, operability, technology, reliability, safety, or schedule will be analyzed. For the identified critical risk areas, a program to reduce the risks will be established. Appropriate technical performance measurements for program critical elements will be identified. MATERIAL ACQUISITION The X-33 component procurements (including appropriate descriptions, e.g., fabricate vs. off-the shelf, schedule, etc.) required to achieve the program schedule and contain program costs shall be identified. 4.3.4 Phase II Supporting Technology Demonstrations The identification of Phase II supporting technology demonstrations required to develop critical technologies for SSTO rockets - not incorporated on the X-33 flight vehicle - and the development of a plan (tasks, rationale, cost, schedule, facilities, etc.) for their accomplishment during Phase II shall be finalized during Phase I. Funding levels for these demonstrations are included in the RLV Technology line item (Phase II) in Section 6.0. 4.4 Phase I Supporting Technology Demonstrations In addition to the above description of Phase I activities to be accomplished, early technology hardware/software demonstrations to be implemented during Phase I (i.e., X-33 Concept Definition/Design Phase) may be pursued if selected offeror elected to propose this activity. These technology demonstrations must be focused on those technologies required to achieve a successful X-33 flight demonstration program (and follow on RLV), must not be currently in-work under existing efforts (e.g., Advanced Launch Technology NASA Research Announcements), and must be completed at or before the end of Phase I. Funding levels for these demonstrations are included in the RLV Technology line item (Phase I) in Section 6.0. These demonstrations may be related, but are not limited to the following generic technologies: Autonomous Avionics / Guidance, Navigation, and Control Vehicle System Level Health Monitoring and Management Reusable Cryogenic Tank System - Demonstrate alternate manufacturing, materials, or material architectures which increase performance or reduce cost or risk over tanks currently being pursued. Electon-Beam Cure of Composites - Primary Structures: Demonstrate reduced processing and tooling cost and increased design flexibility. Produce demonstration article Define facility requirements and cost to produce X-33 and/or full scale components and primary structures domestically. - Cryogenic Tanks: Demonstrate acceptable composite premeability and resin properties Demonstrate LH2 containment in a pressure vessel at the appropriate pressures/stress levels. Thermal Protection Systems - Develop stand-off attachments for metallic and/or CMC TPS - Demonstrate attachment to composite primary structure materials an/or composite cryogenic tank or tank insulation. Propulsion System - Demonstrate maturity and performance of the D-57 or equivalent LH2/LO2 engine as a potential X-33 engine. - Integrated powerhead - Advanced turbomachinery - Thrust cell technology - Combustion devices (Gas Generator) Integrated Vehicle / Engine System Demonstration - Aerospike 5.0 Resource Sharing Industry cost sharing may include cash (profit based or venture capital), Independent Research and Development (IR&D) funds to be expended in performance of the cooperative agreement, and in-kind contributions. Industry in-kind contributions are governed by Office of Management and Budget (OMB) Circular A-110, Section 23, entitled "Cost Sharing or Matching". Industry's cost share shall not be charged to the Government under any contract, grant, or cooperative agreement, except for allocation as part of an IR&D program. 6.0 Government Budget Information Any award is subject to the availability of funds. The following funding information is provided as a guide to the approximate level of funding available. Expected total program funding in millions of dollars, by FY, is as follows: FY 95* FY96 FY97 FY98 FY99 X-33 Concept Definition/Design (Phase I)18.0 6.0 -- -- -- X-33 Design/Demonstrate (Phase II) -- 43.0 147.0 270.0 178.0 X-33 Total 18.0 49.0 147.0 270.0 178.0 RLV Technology 20.0 40.0 147.0 (Phase I) (Phase II) * Note: Includes Department of Defense Funding 7.0 Proposed Deviations It is anticipated that the terms and conditions of any resultant cooperative agreement will essentially be the same as those contained under Appendix D - Model Cooperative Agreement. The degree of your acceptance of the proposed clauses will be considered in the evaluation of your proposal. Proposers shall indicate any clauses which the proposer is unwilling to accept, state reasons for the objections, and propose alternate wording, as appropriate. In the absence of objections to the cooperative agreement clauses, the proposer shall include a statement of acceptance. 8.0 Foreign Participation For purposes of this program, a company is a U.S. entity 1) if it is organized and exists under the laws of the United States and is not otherwise controlled by a foreign entity; or 2) if it is a U.S. subsidiary of a foreign entity who propose to carry out all, or substantially all, of the activities in its proposal within the United States. All other entities shall be considered foreign entities and participation of foreign entities is encouraged to the extent that they are entities organized in, and/or controlled by, a country which encourages the participation of U. S. firms in similar cooperative activities funded by that government. Each consortia proposal shall indicate whether the proposing members are U.S. or foreign entities using the above definitions. 9.0 CAN Internet Access A digital copy of this CAN and related documents are available over the Internet. The documents are in American Standard Code Information Interchange (ASCII) format and reside on a World Wide Web (WWW) server at the Marshall Space Flight Center (MSFC), which may be accessed using client browsers, such as MOSAIC. The WWW address, or (URL), of the MSFC Procurement home page is "http://procure.msfc.nasa.gov". If you have any problems, ask for help from your system administrator. This Page Intentionally Left Blank REUSABLE LAUNCH VEHICLE ADVANCED TECHNOLOGY DEMONSTRATOR: X- 33 APPENDIX B INSTRUCTIONS FOR RESPONDING TO NASA COOPERATIVE AGREEMENT NOTICE .c2.1. Foreword NASA depends upon industry, educational institutions, and other nonprofit organizations for many of its research and development efforts. While a number of mechanisms have been developed over the years to inform the research and development community of those areas in which NASA has special research interests, the instructions in this appendix apply only to this Cooperative Agreement Notice. A NASA Cooperative Agreement Notice (CAN) permits competitive selection of projects in accordance with statute, and preserves some of the traditional concepts and understanding associated with NASA sponsorship normally solicited by a NASA Research Announcement (NRA). A CAN also introduces new concepts for NASA sponsorship. .c2.2. Policy a. NASA fosters and encourages the submission of proposals relevant to Agency mission requirements by solicitations which describe areas of interest to NASA. Proposals received in response to this CAN will be used only for evaluation purposes. b. 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 the CAN, 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. c. 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 requests; however, information or materials that NASA and the awardees 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. d. NASA may select only a portion of a proposed application, in which case the proposer will be given the opportunity to accept or decline such partial acceptance. e. NASA reserves the right to reject any or all proposals received in response to the CAN when such action is considered in the best interest of the Government. .c2.3. Relationship to Award A cooperative agreement will be used to accomplish the effort funded on the basis of a proposal submitted in response to this CAN. .c2.4. Conformance to Guidance a. NASA does not have any mandatory forms or formats for preparation of responses to CANs; however, it is requested that proposals conform to the procedural and submission guidelines covered in these instructions, as well as Appendix C, CAN proposal format. In particular, NASA may accept proposals without discussion; hence, proposals should initially be as complete as possible and be submitted on the proposersO most favorable terms. b. In order to be considered responsive to the solicitation, a submission must, at a minimum, present a specific project within the area delineated by the CAN; 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 facilities or services; and not significantly duplicate a more specific, current, or pending NASA solicitation. .c2.5. CAN-Specific Items a. Cooperative agreements require substantial involvement by NASA in performance of the work under the agreement. This use of NASA Center resources must be negotiated between the proposer and the effected NASA Center(s) prior to submission of the proposal and must be verified with a letter of commitment signed by the respective Center Director, or his designee. Proposers may make use of more than one NASA Center. This letter of commitment shall indicate the resources contributed; including direct labor, facility usage, other NASA supplied equipment and services, and direct program charges related to the performance of NASA responsibilities specified in the proposal; and shall be included in the standard prefatory material. b. Any non-NASA resources included in the proposed effort costs shall be verified with a letter of commitment signed by an authorized representative of the resourceOs organization(s). This letter of commitment shall indicate the resources contributed with any conditions concerning the use of these resources and shall be included in the standard prefatory material. .c2.6. Proposal Contents a. The following general information is needed in all proposals in order to permit consideration in an objective manner. Each proposal copy shall contain all submitted material, including a copy of the transmittal letter if it contains substantive information. b. The proposals shall have fully completed and signed cover pages and certifications, in accordance with those given in Appendix C of this CAN. c. Proposals are expected to be written concisely in English to minimize the burden on the reviewers and to facilitate the overall evaluation process. The total length of the proposal including cover page, prefatory material, figures, tables, list of references, etc., shall not exceed 100 sheets of 8.5O x 11O paper, with a maximum of 52 lines per page (point size 12 or larger, with 1-inch margins). Proposals using type smaller than 12 points, compressed type, or less-than-normal leading (space between lines), which makes reading difficult may be returned unreviewed. Review panels will schedule reviews based on 75 pages per proposal. Proposals longer than 75 pages may be returned unreviewed. To facilitate the recycling of shredded proposals after review, proposals shall be submitted on plain, white paper only. This precludes the use of cardboard stock, plastic covers, and colored paper. d. 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 project title intelligible to a 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 Lead Partner and business personnel who may be contacted during evaluation or negotiation; (5) Identification of any other organizations that are currently evaluating a proposal for the same effort; (6) Identification of the specific CAN, by number and title, to which the proposal is responding; (7) Dollar amount requested of NASA, 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). (10) Letters of commitment. e. Restriction on Use and Disclosure of Proposal Information It is NASA policy to use information contained in proposals for evaluation purposes only. While this policy does not require that the proposal bear a restrictive notice, offerors or quoters should, in order to maximize protection of trade secrets or other information that is commercial or financial, and 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 (data) contained in proposals will be protected to the extent permitted by law; but, NASA assumes no liability for use and/or 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 grant or cooperative 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 grant or cooperative agreement. This restriction does not limit the GovernmentOs right to use or disclose this information (data) if obtained from another source without restriction. f. Abstract Include a concise (200-300 words) abstract describing the objective of the proposed effort and the method of approach. g. Certifications The following certifications are to be included: Certification Regarding Drug Free Workplace Requirements, Certification Regarding Debarment, Suspension, and Other Responsibility Matters, and Certification Regarding Lobbying. Appendix C contains forms for these certifications. h. Project Description (1) Initial proposals in response to this CAN shall reflect specific/detail plans for the Concept Definition/Design Phase of the X-33, with preliminary plans for both the follow-on period for Design/Demonstration and for the commercial RLV Development/Operation Phase. The initial proposal shall contain for each phase, sections addressing: 1)Technical, 2) Management, and 3) Cost. These proposals shall reflect planning for all phases of the X-33 which include the following for each phase, in the following priority: - Business Investment Strategies and Cost Planning - Operations Planning - Vehicle Design and Analysis Additionally, offerors may or may not elect to include in their initial proposal for the Phase I activity, supporting technology demonstration efforts. Initial proposals must not, however, include only supporting technology demonstration efforts, without proposing to accomplish in parallel the Phase I activity as discussed above. (2) The technical section for each phase shall contain a brief summary, followed by a description of the technical content of the proposed effort, the approach, and the expected results. Proposals shall include a brief schedule for the proposed effort, with milestones, payment milestones, and completion dates. (3) The proposals shall reflect a detailed statement of the work to be undertaken for the Concept Definition/Design Phase and shall include specific milestone accomplishments planned, payment milestones and completion dates; specific technical objectives and expected significance; relation to the present state of the art; and relation to previous work done by the proposer and to related work in progress elsewhere. The statement should outline the general plan of work, including the proposed business plan/management arrangements and an adequate description of proposed NASA Center or DoD Laboratory/Center involvement based upon prior coordination/discussions with respective Center involved. The project description should be prepared in a manner that addresses the evaluation factors in these instructions and any additional specific factors in the CAN. Any substantial collaboration with organizations or individuals not referred to in the budget or use of consultants should be described. (4) The proposals shall reflect detailed business investment strategies and planning to be undertaken during the Concept Definition/Design Phase and shall describe the evolutionary path/linkage proposed to be followed during each subsequent phase of the X-33, including the commercial Development/Operation Phase. i. Management Approach (1) For efforts involving interactions among individuals from more than one organization, plans for dissemination of responsibilities and any necessary arrangements for ensuring a coordinated effort should be described. This shall include a one page outline of the articles of collaboration. The working relationship with NASA field centers should be described in this section. (2) The initial proposals should reflect detailed management planning, structure and approach for the Concept Definition/Design Phase of the X-33. Additionally, preliminary planning for management of the Design/Demonstration Phase should be included as well as linkage to the planned management during the commercial Development/Operation Phase. j. Key Personnel (1) A brief biographical sketch referencing related work of key personnel shall be included, along with any exceptional qualifications covering the past 5 years. The biographical sketch shall not exceed one page per person. (2) The Program Manager is responsible for direct supervision of the work and participates in the conduct of the project regardless of whether or not compensation is received under the award. 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 engineers 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. k. Facilities and Equipment (1) Proposals should describe the proposed use of any NASA facilities and equipment during the conduct of the proposed cooperative agreement. This should be based on prior discussions concluded with the respective center to agree on potential government contributions in a resultant cooperative agreement. Should the potential government contribution involve use of Civil Service personnel, the proposal must reflect costs associated with those personnel. (2) 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 on the project. (3) 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 to purchase. Where such arrangements cannot be made, the proposal should so state. (4) Potential respondents should be aware that regulations require that NASA retain ownership of all equipment purchased with NASA's contribution to any cooperative agreements. l. Proposed Costs/Cost Sharing In addition to the instructions contained here, proposers are referred to AppendixEC. This appendix contains a model format for proposed budgets. (1) Cost sharing is required under cooperative agreements with "for-profit" organizations. Significant cost sharing by industry is anticipated. Cost sharing may include cash (including IR&D) and in- kind contributions in accordance with section 23 of OMB Circular A-110, which is provided as Appendix G to this CAN. Proposers shall provide rationale to support the cost sharing amounts proposed and state that it is consistent with the cost sharing guidelines. The degree of cost sharing will be a discriminator in the evaluation process as described further in paragraph 11, Evaluation Factors, this Appendix. (2) The budget section of the proposals shall include a budget breakdown by Government fiscal year (October 1 to September 30) for each year of the proposed work. The budget summary shall be presented in Budget Summary Form as described in Appendix C, CAN Proposal Format. The detailed computations requested in addition to this form will be used by the Government to evaluate costs as to reasonableness, allowability, and allocability. The total budget amount shall also be entered in the proposal summary pages. (3) Direct-labor costs shall be segregated by program element (e.g., avionics, propulsion) with estimated hourly or monthly rates, number of months, and total dollar amounts for each. Indirect costs shall be explained to an extent that will allow the Government to understand the basis of the estimates. (4) Each significant category regarding other costs shall be detailed, explained, and substantiated. For example, proposals for equipment purchases shall specify the type of equipment, number of units, and unit cost. Requested travel allowances shall include the destination, number of travelers, number of days, and the total cost per trip. (5) Proposals should contain cost and technical parts in one volume; do not use separate OconfidentialO 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; subcontractors; other miscellaneous identifiable direct costs; and indirect costs. List salaries and wages in appropriate organizational categories (e.g., program manager, other scientific and engineering professionals, graduate students, research assistants, and technicians and other non-professional personnel). Estimate all work power data in terms of work-months or fractions of full- time. (6) Explanatory notes should accompany the cost proposal to provide identification and estimated cost of major capital equipment items to be acquired; purposes, 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. m. Project Measurement The proposal should describe how the project's management will define, measure and evaluate its own progress toward project success over the course of the project. The plan should include a definition of project success that the Project Lead and Co-Leads will use to guide the effort, and also include provisions for measuring progress toward cost savings and reportable innovations for the benefit of the relevant industry as a whole. Project financial reporting must be developed to quantitatively track and report progress during the entire period of the project. n. Cooperative Agreement Payment Schedule/Milestone Accomplishments Proposers shall identify significant accomplishments towards achieving the ultimate objectives of the cooperative agreement, upon the completion of which NASA will provide incremental payments. These will be called payment milestones. Proposals should include payment milestones in terms of accomplishment, date, and amount. Generally no more than twelve payment milestones will be required per year. The first payment milestone must not preceed receipt by NASA of the articles of collaboration including signed agreements among all parties. o. Classified Information Proposals should not contain national-security sensitive or classified material. However, if the proposed work requires access to or may generate such information, the submitter will be required to comply with applicable Government security regulations. p. Current and Pending Support (1) Following the budget section, the proposal shall contain a summary of current and pending Federal support of all projects with substantial involvement of the program manager and each key sub-manager for whom support is requested. The format appears in Appendix C. The information content shall include: source of support, project title with grant, cooperative agreement or contract number, award amount by Government fiscal year, and total award amount, award period, level of effort in person-months, and the location where the work is to be performed. (2) For other current projects being conducted by the Principal Investigator, provide title of project, sponsoring agency, and ending date. q. Special Matters (1) Include any required statements of environmental impact of the work, 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. 7. Length Unless otherwise specified in the CAN, every effort should be made to keep proposals as brief as possible, concentrating on substantive material essential for a complete understanding of the project. Experience shows that proposals should not exceed 75 pages. .c2.8. Joint Proposals The effort contemplated by this CAN may involve joint efforts among individuals in different organizations or mutual efforts of more than one organization. Where multiple organizations are involved, the proposal shall be submitted by only one of them. In this event, it should clearly describe the role to be played by the other organizations and indicate the legal and managerial arrangements contemplated. 9. Late Proposals A proposal received after the date or dates specified in the CAN may still be considered if the selecting official deems it to offer NASA a significant technical or cost reduction advantage. .c2.10. 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 other changed circumstances which dictate termination of evaluation. 11. Evaluation Factors Unless otherwise specified in the CAN, the principal elements (of approximately equal weight) considered in evaluating a proposal are its relevance to the CAN's objectives, intrinsic merit, and cost. a. Evaluation of a proposal's relevance to the CAN's objectives includes an assessment of how well proposals meet overall CAN objectives (business investment strategies and planning, operations planning and technical objectives, and vehicle design and analysis). b. Evaluation of its intrinsic merit includes the consideration of the following factors, none of which is more important that any other: (1) Overall integrated business investment strategy and planning demonstrating linkage throughout Phase I, II and III. (2) Overall scientific or technical merit of the proposal or unique and innovative methods, approaches, or concepts demonstrated by the proposal, including linkage throughout Phase I, II and III. (3) The offeror's capabilities, related experience, facilities, techniques, or unique combinations of these which are integral factors for achieving the proposal objectives. (4) The qualifications, capabilities and experience of the proposed principal investigator, team leader, or key personnel who are critical in achieving the proposal objectives. (5) Overall standing among similar proposals available for evaluation and/or evaluation against the known state-of-the-art. c. Evaluation of the cost of a proposed effort includes the consideration of the realism and reasonableness of the proposed cost and the relationship of the proposed cost to available funds; and the degree of Phase I cost sharing by the proposer. While cost sharing may include cash (including IR&D) and in-kind contributions, the evaluation of cost sharing includes consideration of the following in order of importance: cash, IR&D, and in-kind contributions. .c2.12. Cancellation of CAN NASA reserves the right to make no awards under this CAN and, in the absence of program funding or for any other reason, to cancel this CAN by having a notice published in the Commerce Business Daily. NASA assumes no liability for canceling the CAN or for anyoneOs failure to receive actual notice of cancellation. Cancellation may be followed by issuance and synopsis of a revised CAN, since amendment of the CAN is normally not permitted. 13. Schedule The schedule for the preparation, review and selection of proposals for this CAN is as follows: October 19 , 1994 Industry Briefing and release of draft CAN November 15, 1994 Release of final CAN January 6, 1995 Proposals due January 31, 1995 Selection announcement NASA will directly contact both successful and unsuccessful proposers. This Page Intentionally Left Blank REUSABLE LAUNCH VEHICLE ADVANCED TECHNOLOGY DEMONSTRATOR: X- 33 APPENDIX C CAN Please prepare your proposal in the following format: Page Length Standard Cover Page 1 Page Proposal Summary Forms 2 Pages Budget Summary Form 1 Page per year plus 1 Page Summary Roll Up Additional Detailed Budget Information As Required Current and Pending Federal Support 1 Page Certifications (see pages C-9, C-10, C-11) 3 Pages Table of Contents 1 Page 1. Project Description a. Technical Statement of Work b. Proposed Milestone Accomplishments c. Business Investment Strategies and Planning d. Operations Planning e. Vehicle Design and Analysis 2. Management Approach 3. Key Personnel ( Biographical Sketches) 4. Facilities and Equipment 5. Proposed Costs/Cost Sharing 6. Project Measurement Reminder: proposals shall not exceed 75 pages. These blanks for NASA use only: Log No.: _________________ Date Received: ____________ Cooperative Agreement No.: ________________________ Reusable Launch Vehicle (RLV) Advanced Technology Demonstrator (ATD) X-33 ___________________________________________________ ___________________________________________________ Proposal Title _________________________________________ Program ManagerOs Signature and Date __________________________________________________ ___________________________________________________ Typed Name and Title of Program Manager ___________________________________________________ Program ManagerOs Telephone Number with Area Code ___________________________________________________ Name of Organization _________________________________________ Authorizing Organization OfficialOs Signature and Date ___________________________________________________ ___________________________________________________ Authorizing Organization OfficialOs Typed Name and Title ___________________________________________________ Authorizing Organization OfficialOs Telephone Number with Area Code ___________________________________________________ ___________________________________________________ ___________________________________________________ ___________________________________________________ ___________________________________________________ Organization Address, including Postal Code and Country Reusable Launch Vehicle (RLV) Advanced Technology Demonstrator X-33 Proposal Title: Program ManagerOs Name, Organization, and Address: Abstract: (200 to 300 wordsDnot to be replicated in the body of the proposal) Reusable Launch Vehicle (RLV) Advanced Technology Demonstrator X-33 1. Budget Summary by Federal Government Fiscal Year: NASA FY: 95:10/94-9/95 96:10/95-9/96 97:10/96-9/97 98:10/97-9/98 Tot Request: BUDGET SUMMARY * From ______________________ To __________________ FOR NASA USE ONLY A B C 1. Direct Labor (salaries, wages, __________ __________ __________ fringe benefits) 2. Total Direct Labor __________ __________ __________ Hours 3. Other Direct Costs: a. Subcontractors __________ __________ __________ b. Consultants __________ __________ __________ c. Equipment __________ __________ __________ d. Supplies __________ __________ __________ e. Travel __________ __________ __________ f. Other __________ __________ __________ 4. Indirect Costs, Including Percent __________ __________ __________ 5. Other Applicable __________ __________ __________ Costs 6. Subtotal __________ __________ __________ 7. Less Proposed Cost Sharing (if any) __________ __________ __________ 8. Total Costs __________ __________ __________ 9. APPROVED BUDGET XXXXXXXX XXXXXXXX __________ * Note: Fill out once for entire proposed effort and fill out again once for each year of effort on an annual basis (government fiscal years, e.g., October 1, 1995 to September 30, 1996). General Instructions 1. Provide a separate budget summary sheet for each year of the proposed effort. 2. Recipient estimated costs should be entered in Column A. Columns B and C are for NASA use only. Column C represents program budget. 3. Provide in attachments to the budget summary the detailed computations of estimates in each cost category, along with any narrative explanation required to fully explain proposed costs. 4. General-purpose, non-technical equipment is not allowable as a direct cost to NASA under cooperative agreements unless specifically approved by the agreements officer. 5. In connection with indirect cost, provide the name, address, and telephone number of the Federal agency and official having cognizance over such matters for the institution. Line-by-Line Instructions 1. Direct Labor (salaries, wages and fringe benefits): Attachments should list number and titles of personnel, amount of time to be devoted to the cooperative agreement and hourly rates of pay. 2. Total Direct Labor Hours: Show total number of estimated labor hours required to accomplish the task. 3. Other Direct Costs: a. Subcontractors - Attachments should describe the work to be subcontracted, estimated amount, recipient (if known), and the reason for subcontracting this effort. b. Consultants - Identify consultants to be used, why they are necessary, time to be spent on the project, and rates of pay (not to exceed the equivalent of the daily rate for GS- 18 in Federal service: $429 per day as of January 12, 1992, excluding expenses and indirect cost). c. Equipment - List separately and explain the need for items of equipment exceeding $1,000. Describe the basis for the estimated cost. d. Supplies - Provide general categories of needed supplies, the method of acquisition, estimated cost, and the basis for the estimate. e. Travel - List proposed trips individually, describe their purpose in relation to the grant, provide dates, destination, and number of travelers where known, and explain how the cost for each was derived. f. Other - Enter the total of any other direct costs not covered by 3a through 3e. Attach an itemized list explaining the need for each item and the basis for the estimate. 4. Indirect Costs: Identify indirect cost rate(s) and base(s) as approved by the cognizant Federal agency, including the effective period of the rate. If unproved rates are used, explain why and include the computational basis for the indirect expense pool and corresponding allocation base for each rate. 5. Other Applicable Costs: Enter the total of any other applicable costs. Attach an itemized list explaining the need for each item and the basis for the estimate. 6. Subtotal -- Estimate Costs: Enter the sum of items 1, 3.a, through 3.f, 4, and 5. 7. Less Proposed Cost Sharing : Enter the amount proposed. If cost sharing is based on specific cost items, identify each item and amount in attachment. 8. Total Estimate Costs: Enter the total after subtracting item 7 from item 6. 9. Approved Budget: NASA use only. LIST FROM ALL OTHER SOURCES This list should include all current research support from all other sources. It must include the proposed project and all other research requiring a part or portion of the time of the Principal Investigator and other senior personnel. The number of person-months must be stated regardless of the source of the support. Please provide this information in the following form: I. Name of Program Manager A. Current Support B. Pending Proposals (including renewal applications) List separately for (A) and (B): (1) Source of Support (2) Project Title and Short Abstract (3) Award Amount (4) Period Covered by Award (5) Person-Months (6) Location where activity is/will be performed II. Names of other key personnel List (A) and (B) as shown above for each senior Co- Investigator. III. Other agencies to which the proposal, or parts thereof, has been submitted. Regarding Drug-Free Workplace Requirements Grantees Other Than Individuals ____________________________________________________________ This certification is required by the regulations implementing the Drug-Free Workplace Act of 1988, 34 (CFR) Part 85, Subpart F. The regulations, published in the January 31, 1989 Federal Register, require certification by grantees, prior to award, that they will maintain a drug- free workplace. The certification set out below is a material representation of fact upon which reliance will be placed when the agency determines to award the grant. False certification or violation of the certification shall be grounds for suspension of payments, suspension or termination of grants, or government wide suspension or debarment (see 34 CFR Part 85, Sections 85.615 and 85.620). This grantee certifies that it will provide a drug-free workplace by: (a) Publishing a statement notifying employees that the unlawful manufacture, dissemination dispensing, possession or use of a controlled substance is prohibited in the granteeOs workplace and specifying the actions that will be taken against employees for violation of such prohibition; (b) Establishing a drug-free awareness program to inform employees about - (1) The dangers of drug abuse in the workplace. (2) The granteeOs policy of maintaining a drug-free workplace. (3) Any available drug counseling, rehabilitation, and employee assistance programs. (4) The penalties that may be imposed upon employees for drug abuse violations in the workplace. (c) Making it a requirement that each employee to be engaged in the performance of the grant be given a copy of the statement required by paragraph (a). (d) Notifying the employee in the statement required by paragraph (a) that as a condition of employment under the grant, the employee will - (1) Abide by the terms of the statement. (2) Notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than five days after such conviction. (e) Notifying the agency within ten days after receiving notice under subparagraph (d)(2) from an employee or otherwise receiving actual notice of such conviction. (f) Taking one of the following actions, within 30 days of receiving notice under subparagraph (d)(2), with respect to any employee who is so convicted - (1) Taking appropriate personnel action against such an employee, up to and including termination; or (2) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency. (g) Making a good faith effort to continue to maintain a drug-free workplace through implementation of paragraph (a), (b), (c), (e), and (f). ____________________________________________________________ Organization Name (PR)/Award Number or Project Name ___________________________________________________________ Name and Title of Authorized Representative ____________________________________________________________ Signature Date ED 80-0004 Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions ____________________________________________________________ This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 34 CFR Part 85, Section 85.510, ParticipantOs responsibilities. The regulations were published as Part VII of the May 26, 1988 Federal Register (pages 19160- 19211). Copies of the regulation may be obtained by contacting the U.S. Department of Education, Grants and Contracts Service, 400 Maryland Avenue, S. W. (Room 3633 GSA Regional Office Building No. 3), Washington, DC 20202-4725, telephone (202) 732-2505. (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency. (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statues or commission of embezzlement theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property. (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification. (d) Have not within three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. ____________________________________________________________ Organization Name PR/Award Number or Project Name ____________________________________________________________ Name and Title of Authorized Representative ____________________________________________________________ Signature Date ED Form GCS-008 (REV.12/88) CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, ODisclosure Form to Report Lobbying,O in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all sub- awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000, and not more than $100,000 for each such failure. ____________________________________________________________ Signature and Date ____________________________________________________________ Name and Title of Authorized Representative ____________________________________________________________ Organization Name This Page Intentionally Left Blank APPENDIX H ADP Automated Data Processing ASCII American Standard Code Information Interchange CAN Cooperative Agreement Notice CDT Central Daylight Time CFR (page 10) Co-P Co-Partner FAX Facsimile FY Fiscal Year IR&D Independent Research and Development klb Kilo-pound LEO Low Earth Orbit LP Lead Partner MSFC Marshall Space Flight Center NASA National Aeronautics and Space Administration nm Nautical Mile NRA NASA Research Announcement OMB Office of Management and Business OSAT Office of Space Access and Transportation PR (page 10) TBD To Be Determined URL (page 6) VHM Vehicle Health Monitoring WWW World Wide Web -----------------------------------end----------------------------------