SOURCES SOUGHT
A -- REACTION WHEELS FOR THE SOLAR DYNAMICS OBSERVATORY (SDO) PROJECT
- Notice Date
- 7/24/2003
- Notice Type
- Sources Sought
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210.S, Greenbelt, MD 20771
- ZIP Code
- 20771
- Solicitation Number
- 03-GFH-SS-004
- Response Due
- 8/6/2003
- Archive Date
- 7/24/2004
- Point of Contact
- Kathleen M Tennant, Contract Specialist, Phone (301) 286-9378, Fax (301) 286-1779, Email Kathleen.M.Tennant@nasa.gov
- E-Mail Address
-
Email your questions to Kathleen M Tennant
(Kathleen.M.Tennant@nasa.gov)
- Description
- NASA/GSFC is hereby soliciting information about potential sources for Reaction Wheels available for Spacecraft Attitude Control. SDO is the first mission under the Living with a Star (LWS) Program as part of the Sun Earth Connection (SEC). SDO will be made up of several instruments seeking to characterize the dynamic state of the Sun and enhance our understanding of the solar process and space weather. SDO is viewed as a follow on to the highly successful Solar and Heliospheric Observatory (SOHO) mission. SDO will be in a circular geosynchronous orbit of ~105 degrees longitude and with an inclination of 28.5 degrees. SDO will also have a mission life requirement of 5 years, with a possible goal of 10 years. SDO will be a three-axis stabilized satellite with jitter requirements of less than 5 arcsec. Operations require four wheels with a per component capacity of 50 Nms/0.2 Nm (or greater) at low bus voltage of 22 V, and a capacity of 80 Nms/0.25 Nm at midrange bus voltage of 28 V. The SDO Project is interested in possibly awarding a contract for four reaction wheels and pertinent life test data. Some fundamental information is required before the SDO project can make a determination on whether to proceed with a procurement for the reaction wheels. Requested information is as follows: (1) Momentum (Nms) and torque capacity (Nm) over the bus voltage range of 28 +/- 6V. Momentum-torque curves for 22V, 28V, and 34 V are requested. (2) Flywheel inertia (kg-m2) and motor speed range (rpm). (3) Mass (kg) and dimensions of unit (cm), for both flywheel and electronics, if packaged separately. Drawings requested. (4) Peak power (W) at maximum torque (5) Steady state power (W) at midrange speed. (6) Steady state power (W) at maximum speed (7) Thermal dissipation (W) during acceleration (maximum torque), for both motor and electronics, if packaged separately (8) Thermal dissipation (W) during steady state speed, for both motor and electronics, if packaged separately (9) Description of the electrical interface for power, command, and telemetry interface. Please describe if/how the component interfaces with redundant vehicle electronics. Component interface control document requested, if available. (10) Tachometer precision (pulse/rev) (11) Vibration and shock qualification levels (12) Thermal qualification levels (degrees C), both operating, cold start, and survival limits requested. (13) Estimate of electromagnetic interference (EMI) (14) Command torque quantization (+/- Nm/cnt) (15) Tolerance to total ionizing dose (TID) at the part level (krad) (16) Immunity, at the parts level, to single event effects (SEE) and single event latchup (SEL) (17) Static (g-cm) and dynamic imbalance (g-cm2) measured after vibration testing using assembled reaction wheel. Request information on both standard and finest balance possible. Note whether values are based on performance data, or analytical predictions. Please note any cost/schedule implications for finest balance. (18) Wheel disturbance force/torque data or the power spectral density of the force/torque data. Request measurements at several discrete wheel speeds (low, midrange and maximum speed) with frequency content measured from 0 Hz to 200 Hz. Electronic data is preferred. Please, briefly describe the test conditions for this disturbance data. For example: Data was collected by placing a post-vibration engineering test unit on a Kistler table, spin axis aligned with gravity. Note whether any test setup effects (data sample rate, wheel mounting fixture, disturbance from outside the test setup) add high frequency noise to the data. Note if this tested component differs from proposed component. (19) State of component development. A list of heritage missions using the component is requested, with specific interest in previous uses at the geostationary/geosynchronous environment. If the currently available components differ from these heritage units, please briefly describe the design changes. (20) Component design lifetime (years), both in storage and on orbit. Specifically interested in lubricant lifetime over five (required) to ten (possible goal) years operation. (21) Number of hours of failure free operations both on orbit and during life test. Please note any operational difficulties and the mention subsequent design corrections. (22) Typical cost and schedule for manufacturing, assembly, test and delivery. (23) Maximum demonstrated life, on-orbit and/or during life test on ground The SDO Project encourages responses from industry sources that have expertise in providing reaction wheels. The responses should demonstrate the technical feasibility, operational robustness and reliability. Sources with information relevant to this request are asked to describe in adequate detail the specific components that meet the above requirements. Responses should describe the current state of the components development, past use, types of interfaces, and expected performance. Responses should also address any modifications to existing designs necessary to meet the above requirements, and describe the qualification approach to ensure success. Component specification and performance information is also requested. If more convenient, interested offerors/vendors are welcome to provide information by submitting separate attachments, such as interface control documents or electronic data files. The government will protect the confidentiality of all information received that is marked proprietary. Responses may be sent via electronic mail, regular mail, or facsimile to the technical contact listed below. If you respond via regular mail or facsimile, please provide an electronic format in addition to the printed version of your submission. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of 15 pages or less indicating the ability to perform all aspects of the effort described herein. In addition, interested offerors/vendors may provide any relevant catalogs or other published product literature that may be generally available in hard copy form or on-line. There is no page limit for this information. Interested offerors with solutions that do not meet all specifications are encouraged to respond and note exceoptions. This is especially true of existing designs where, if requirements are relieved, there are substantial savings. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). Technical and procurement related questions should be directed as described below: Technical Questions: Wendy Morgenstern or John Gagosian; Code 591; Goddard Space Flight Center, Greenbelt, Maryland 20771; Telephone: (301) 286-2235 or (301) 286-1298; Facsimile: (301) 286-1719; E-mail: Wendy.M.Morgenstern@nasa.gov or John.S.Gagosian@nasa.gov Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in Internet "Note A". [INTERNET ONLY (commercial product definition)]. If the requirement is considered to be a commercial-type product, please include information on customary practices regarding customizing, modifying, or tailoring of items to meet customer needs and associated costs. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to Ms. Wendy Morgenstern or Mr. John Gagosian at the address indicated above, no later than August 6, 2003. Please reference 03-GFH-SS-004 in any response. Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51#106656)
- Record
- SN00382294-W 20030726/030724215214 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |