Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2007 FBO #1929
SOLICITATION NOTICE

43 -- ARES I THRUST VECTOR CONTROL BREADBOARD BB CIRCULATION MOTOR PUMP ASSEMBLY

Notice Date
3/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC07ZCH004Q
 
Response Due
3/20/2007
 
Archive Date
3/7/2008
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotation (RFQ) for NASA Glenn Research Center that is charged with developing the Thrust Vector Control (TVC) system for the Upper-Stage of the new ARES I launch vehicle. As part of this program we will be building a hydraulics breadboard system to evaluate the TVC hydraulic system components. A motor driven hydraulic pump is one of the TVC hydraulic system components that will be under evaluation during this breadboard testing. The overall goal of the breadboard testing is to evaluate the functionality of each hydraulic system component (both steady state and dynamic), determine if each hydraulic component is adequately sized, and to see how all the hydraulic components operate when integrated into a complete TVC system. GRC will also use TVC hydraulic breadboard testing to help characterize the motor/pump performance under varying operating conditions. GRC may also test out different types of motor/pumps including AC Induction, BLDC and BDC motor/pumps in order to help determine the most appropriate motor type for our application. The circulation motor/pump has two primary functions in the TVC hydraulic system. 1. The primary function of the circulation motor/pump in the flight design will be to thermally condition the hydraulic fluid after cryogenics have been loaded on the vehicle (vehicle will be on the pad during this operation). Due to close proximity of various hydraulic system components to the cryogenic tanks, it is anticipated that the hydraulic oil will require some level of thermal conditioning (heating) prior to launch. This may require the motor/pump to operate in a cyclic on-off type of operational mode. 2. In addition to the thermal conditioning function, the circulation motor/pump will also be used to hold the J2-X engine in the ?null? position during the boost ascent portion (~ 135 seconds) of the vehicle flight profile. This will require the circulation motor/pump to provide a small steady amount of system leakage flow continuously at rated system pressure during this mode of operation. Motor/Pump requirements for TVC breadboard Test The general requirements applicable to the entire motor/pump assembly will be listed first followed by requirements that are specific to either the pump or the motor. General Motor/Pump Assembly Requirements: 1. Motor/Pump Hardware Condition: Motor/pump assembly can either be a new motor/pump assembly or a re-furbished motor/pump assembly. 2. Fluid Medium: The motor/pump shall be designed to operate with hydraulic fluid conforming to MIL-PRF-83282. If motor/pump is not designed for this fluid type then contractor shall note non-conformance. In addition, contractor shall inform NASA of the additional cost/schedule required for modifying motor/pump design to be compatible with MIL-PRF-83282 which will be subject to NASA concurrence/approval. 3. Design: Motor/pump shall be a fully integrated design (motor/pump is one complete package and requires no additional integration of the motor & pump by NASA GRC). 4. Cooling Requirement: Motor/pump may be either liquid cooled (using system hydraulic working fluid) or air cooled. The method of motor/pump cooling shall be integrated into the overall motor/pump assembly. a. If air cooled, motor/pump shall be capable of meeting or exceeding the performance requirements outlined in this document while operating in an air temperature range of 60 F to 80 F. b. If liquid cooled, motor/pump shall be capable of meeting or exceeding the performance requirements outlined in this document while operating with hydraulic fluid that has a temperature range of -40 F to +250 F (system maximum temperature). In addition, the circulation motor/pump shall be capable of meeting or exceeding the performance requirements outlined in this document while operating with a maximum pump hydraulic fluid inlet temperature of 225 F. c. NASA GRC would also like to have vendor give input on the type of cooling that will likely be required for eventual motor/pump flight design. NASA GRC can send vendor estimated duty cycle of motor/pump as well as other pertinent information environmental type of information if required. 5. Interface Requirements: Contractor shall provide NASA with motor/pump interface requirements for hydraulics, electrical and for mounting of motor/pump. All interface information shall be sent to NASA GRC for concurrence/approval. a. Electrical Connections: Industry standard electrical connections such as MIL-C-5015, MIL-DTL-38999 or equivalent are preferred. All electrical connection information shall be sent to NASA GRC for concurrence/approval. b. Fluid Connections: SAE straight threads per MS33649 or equivalent are preferred. All fluid connection information shall be sent to NASA GRC for concurrence/approval c. Mounting: Mounting provisions shall be supplied for motor/pump. If isolation mounts are recommended for operation then vendor shall either (1) supply vibration isolation mounts with motor/pump assembly or (2) provide required information to NASA GRC so that NASA GRC can procure vibration isolation mounts 6. Fluid Temperature: The motor/pump shall be designed to operate within a hydraulic fluid temperature range of -40 F to +250 F in the hydraulic system. a. The circulation motor/pump shall be capable of meeting or exceeding the performance requirements outlined in this document while operating with a maximum pump hydraulic fluid inlet temperature of 225 F. 7. Duty Cycle/Modes of Operation: As mentioned in the synopsis, it is anticipated that the motor/pump will be required to operate in two different modes: (1) cyclic on/off mode to thermally condition the hydraulic fluid while the launch vehicle is on the pad and (2) continuous mode to hold the J-2X engine in ?null? position during boost ascent (~ 135 seconds). Therefore, the BB motor/pump shall be capable of being cycled on/off. The number of times that the BB motor/pump will need to be cycled on/off is TBD. The estimated minimum/maximum duration/duty cycle that the BB motor/pump will need to operate in this cyclic mode is as follows: a. Minimum duration of cyclic mode of operation: ~ 2.5 hours @ 50 % duty cycle b. Maximum duration of cyclic mode of operation: TBD 8. Life: Contractor shall provide pertinent life information for motor/pump to NASA for review/approval. NASA GRC can supply preliminary motor/pump duty cycle information to vendor if required. a. Continuous Mode of Operation: Vendor shall supply NASA GRC with an estimate of how long motor/pump can operate continuously at the rated motor/pump performance conditions stated in this document. b. Cyclic Mode of Operation: Vendor shall supply NASA GRC with an estimate of how many on/off cycles the motor/pump is capable of performing based on the required rated motor/pump performance conditions stated in this document. 9. Motor/Pump Start-up Time: Vendor shall supply NASA GRC with an estimate of how long it will take, from motor/pump start up, to reach its rated performance conditions under fully loaded conditions. 10. Motor/Pump Acoustic Noise: Vendor shall supply NASA GRC with acoustic noise data for motor/pump if this data is readily available. If motor/pump noise data is not readily available then vendor shall supply NASA GRC with their best estimate of the maximum noise (dbA) level that motor/pump will generate at the rated conditions specified in this document. 11. Motor/Pump External Leakage: Motor/pump external leakage specification information shall be sent to NASA GRC for review/approval 12. Physical Characteristics: a. Weight: Vendor shall supply NASA with weight of motor/pump b. Envelope: Vendor shall supply NASA with installation drawing of motor/pump. In addition, it is desired but not required that vendor shall supply NASA GRC with an external ?shell? CAD model of motor/pump assembly. 13. Acceptance Test Report: Contractor shall provide to NASA appropriate test report documentation prior to delivery of motor/pump in order to verify that all the requirements within this specification have been met. If appropriate, vendor shall supply NASA GRC with Acceptance Test Report for motor/pump 14. Motor/Pump Specification: If deemed appropriate by vendor, vendor shall supply NASA GRC with motor/pump specification/requirement document that motor/pump was designed/built to meet. 15. Safety: Documentation identifying all personnel safety issues/hazards regarding the operation of the motor/pump shall be supplied to NASA. 16. Users/Maintenance/ Manual: If available, documentation containing general instructions on the setup, operation and maintenance/overhaul of the motor/pump shall be supplied to NASA GRC. Any pertinent information regarding safety and personnel hazards shall also be identified in this documentation. 17. Motor Pump Performance Data: Vendor shall supply NASA GRC with representative motor/pump performance data which is subject to NASA GRC review/approval. Motor/pump performance data should include information that is typically shown on motor/pump performance charts such as (1) pump outlet pressure and motor/pump current vs. pump output flow and (2) motor current vs. motor torque and (3) motor start up current characteristics. Motor/pump performance information related to heat rejection, and the overall efficiency of motor/pump should also be included. 18. Delivery Date: Less than or equal to 4 months ARO 19. Quantity: NASA GRC would like to get separate quotes/delivery information for each of the following motor/pump types and associated quantities. Vendor obviously does not have to provide quote for a particular motor/pump type that does not meet all the requirements within this document. a. 1 AC Induction motor/pump assembly b. 1 BDC motor/pump assembly c. 1 BLDC motor/pump assembly d. 2 AC Induction motor/pump assemblies e. 2 BDC motor/pump assemblies f. 2 BLDC motor/pump assemblies Pump Specific Requirements: 20. Pump Type: Variable displacement, self-lubricated piston pump w/ pressure compensation per SAE AS595 21. Pump Rated Discharge Pressure: a. Rated pump discharge pressure at full flow: ~ 2,700 psi ? 3,000 psi b. Rated pump discharge pressure at zero flow: ~ 2,900 psi ? 3,200 psi c. Rated pump over pressure: Pump shall be capable of ~ 3750 psi ? 3,850 psi (maximum allowable peak system pressure ? high pressure relief valve setting in hydraulic system) 22. Pump Rated Flow Rate: Nominal rated pump output full flow: ~ 2.0 GPM. However, a pump that has a rated output full flow capability anywhere between 1.0 GPM - 3.75 GPM would be acceptable. 23. Pump Rated Inlet Pressure: Pump shall be capable of meeting the stated rated performance requirements while operating at a rated pump inlet pressure of 60 +/- 5 psig. a. Maximum Pump Inlet Pressure: Vendor shall supply NASA GRC with typical maximum inlet pressures that pump is capable of operating at during system transient operations b. Minimum Pump Inlet Pressure: Vendor shall supply NASA GRC with typical minimum inlet pressures required for pump to operate during the following conditions: ? During pump startup transient ? During system failure or system transient operation NASA GRC can supply vendor with information on the planned inlet/outlet plumbing arrangement for pump if required. 24. Pump Rated Case Drain Pressure: Rated pump case drain pressure shall be 50 psi ? 100 psi under normal operating conditions. a. Peak case drain pressure capability of pump shall be supplied by vendor 25. Pump Rated Case Drain Flow: Rated pump case drain flow shall be disclosed to NASA GRC for review/approval. Expected minimum and maximum case drain flows at pump operating conditions stated above shall be disclosed to NASA GRC for review/approval. 26. Pump Speed: Rated pump speed shall be disclosed to NASA GRC for review/approval. 27. Additional pump features desired but not required: In addition to the requirements above, NASA GRC would like to determine the impact on cost/availability for the following pump options: a. Pump Options: ? Pressure sensor ports: Pin and/or Pout (on pump) ? Temperature sensor ports: Tin and/or Tout (on pump) ? Shaft speed sensor (on pump or motor) ? Power/torque indication (on pump or motor) ? Swash plate angle indicator (on pump) If any of the above options are available then pertinent technical information related to that specific option shall be supplied to NASA GRC. Motor Specific Requirements: 28. Motor Type: The motor shall be either an AC induction type, BLDC type or BDC type of motor. 29. Rated Motor Operating Voltage: The motor pump shall operate at the following rated voltage: a. AC Induction Motor: 115 VAC line to neutral, 3 phase b. BDC Motor: 28 VDC c. BLDC Motor: 28 VDC 30. Rated Motor Frequency: The motor shall operate at the following rated frequency: a. AC Induction Motor: 400 Hz b. BDC Motor: N/A c. BLDC Motor: N/A 31. Motor Speed Control: No speed control of motor is required. 32. Additional motor features desired but not required: In addition to the requirements above, NASA GRC would like to determine the impact on cost/availability for the following motor options: a. Motor Options: ? Shaft speed sensor (on pump or motor) ? Power/torque indication (on pump or motor) ? Thermal overload protection ? Motor Temperature Sensor If any of the above options are available then pertinent technical information related to that specific option shall be supplied to NASA GRC. The provisions and clauses in the RFQ are those in effect through FAC 2005-15. Delivery to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland Ohio 44135, is required within 4 months ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by Tuesday, March 20, 2007, 5:00 p.m. est. to Syreeta Stewart, syreeta.j.stewart@grc.nasa.gov and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), CAGE code, DUNS number, identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-26]. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All technical questions must be in writing (e-mail or fax) to Thomas G. Kraft not later than March 19, 2007, 5:00 p.m. est. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below. http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#123808)
 
Record
SN01246075-W 20070309/070307221800 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.