SOLICITATION NOTICE
A -- INERTIA TESTING DESIGN AND VERIFICATION
- Notice Date
- 5/14/2008
- Notice Type
- Presolicitation
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
- ZIP Code
- 93523-0273
- Solicitation Number
- 4200250661-1
- Response Due
- 5/24/2008
- Point of Contact
- Terra L Calahan, Acquisistion Support, Phone 661-276-5985, Fax 661-276-2243, - Sheryl L Dylewsky, Aquisitions, Phone 661-276-5657, Fax 661-276-2243
- E-Mail Address
-
Terra.L.Calahan@nasa.gov, sheryl.l.dylewsky@nasa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- NASA/DFRC has a requirement for inertia testing design and verification.[SPECIFICATIONS]The specifications are:Pad Abort 1 Crew Module Mass Moment of Inertia Test Hardware1. INTRODUCTIONThe NASA Orion Flight Test Office is planning to conduct a series of flight tests of theCrew Exploration Vehicle (CEV) Launch Abort System (LAS). For Pad Abort flight tests,the Flight Test Article (FTA), which includes the LAS and a boilerplate Crew Module (CM)will be launched from the launch pad at the US Armys White Sands Missile Range. ForAscent Abort flight tests, the FTA will be separated from the Abort Test Booster (ATB) inflight. One of the flight test objectives is to collect flight test data and use it to computethe FTA aerodynamic coefficients. In order to calculate the aerodynamic coefficients,the CM Mass Moment of Inertia (MMoI) will need to be calculated and/or measured. TheNASA Dryden Flight Research Center (DFRC) is planning to conduct tests in the ShuttleHangar (SH) to obtain the CM MMoI. The objective of this Statement of Work (SoW) is tospecify the design, analysis, and fabrication support requirements of the Ground SupportEquipment (GSE) needed to conduct the tests.3. REQUIREMENTNo.RequirementRequirement Source1General 1.1.Design and fabricate the following BM test hardware 1.1.11 Adjustable Top Beam Lifting Fixture (ATBLF) 1.1.22 CM Locking/Cocking Mechanisms (CMLCM) 1.2Design and fabricate the following KEM test hardware 1.2.11 Light Weight CM Support Fixture (LWCMSF) 1.2.21 Knife Edge Fixture (KEF) If existing knife edge fixtures cannot be used 1.3Compute the margin of safety for the government provided knife edge fixtures 1.4Provide engineering support to hardware fabrication shops 1.5Identify and provide separate cost of each item under 1.1 & 1.2 1.6Government furnished equipment 1.6.12 2k load cells for KEM test and 2 10k load cells for BM test 1.6.22 knife edge fixtures 1.6.34 springs for knife edge method 2Design Requirement 2.1General Design Requirement 2.1.1Items 1.1.l, 1.2,1, 1.2.2, & 1.3 shall be capable of supporting prooftest loads of 2 times its working load 2.1.2Items 1.1.1, 1.2.1, 1.2,2 & 1.3 shall be stress analyzed using thefollowing Safety Factors, a. 5.0 for ultimate stress. b. 3.0 for yield stress.All stress margins should be greater than positive 0.25.CxP72213 4.5.1.6g & hfor a & b 2.1.3CM weight of 21000 Lb shall be defined as the working load and used instress & deflection analyses 2.1.4CM CG range for analysis shall beX = 754.8 +/- 10 inchesY & Z CG = 10 inch radius circle centered on X axisUsing the coordinate system defined on drawing 1248668 2.1.5Items 1.1.1 & 1.2.1 shall be made from materials commonly found in FAAdocument "Metallic Materials, Properties, Development and Standardization", using thelatest revision. Welded aluminum construction should be considered. 2.2Bifilar Method Hardware 2.2.1ATBLF (1.1.1.1) 2.2.1.1The ATBLF shall provide 2 interface points for cable attachment. Thecable attachments shall be 20 ft apart. 2.2.1.2The ATBLF shall provide interface points to CMs LAS attachments 2.2.1.3The ATBLF weight shall not exceed 2000 Lb 2.2.1.4The ATBLF + CM CG shall be at the mid point between the two cables. Inaddition, the ATBLF + CM CG shall be in the plane formed by the two cables. To achievethis configuration, one of the two following requirements shall be mata. The ATBLF shall provide adjustable ballast for CG shift. b. The ATBLF shall allow CM adjustment in lateral directions in order to move the CMrelative to the cables. 2.2.2CM Locking/Cocking Mechanism (CMLCM) 2.2.2.1The 2 CMLCM shall attach to the CM waist attachment points 180 degreesapart 2.2.2.2The CMLCM shall provide a mechanism to rotate the CM by 15 degrees 2.2.2.3The CMLCM shall provide a locking mechanism once if CM is rotated 2.2.2.4The CMLCM shall provide a release mechanism to release BOTH lockingmechanisms at the same time 2.3Knife Edge Hardware 2.3.1Light Weight CM Support Fixture 2.3.1.3The Fixture shall be sized to limit deflections to less than 0.050 inchesin any direction, at any CM or Fixture support or boundary point, when subjected to theworking load. 2.3.1.4The Fixture weight shall not exceed 3,000 pounds. 2.3.1.6The Fixture should be laid out in a wagon wheel spoke arrangement,similar to LaRC drawing 1249263. The Fixture shall be laid out using the CM coordinatesystem shown on LaRC drawings 1249263 and 1248668. 2.3.1.7Above Fixture features a. The Fixture shall support the Command Module (CM) at the 6 primary CM / SeparationRing attach points. 2.3.1.8Below or under Fixture features a. For Izz test, the Fixture shall be supported by KEF at 2 locations along the 0 /180 degree axis, as shown in LaRC drawing 1249125. b. For Iyy test, the Fixture shall be supported by KEF at 2 locations along the 90 /270 degree axis, as shown in LaRC drawing 1249125. c. The 2 Fixture support locations should be either ball / cup /flat plate, or knifeedge / flat / cylindrical plate. In any case these support sub-assemblies shall bemachined from high strength steel with a Rockwell Hardness (C scale) Number of 45 (215ksi) or better. d. The 2 Fixture support locations shall be (hangar) adjustable to ease locating thecombined Fixture / CM center-of-gravity (CG) over the ball or knife edge. e. For Izz test, the Fixture shall be provide spring attachments on either side of theFixture along the 90 / 270 degree axis the. Each spring sets shall exert a maximumdownward load of 2,000 pounds. f. For Iyy test, the Fixture shall provide spring attachments on either side of theFixture along the 0 / 180 degree axis the. Each spring set shall exert a maximumdownward load of 2,000 pounds. g. Adjustable lugs shall be provided at all four spring locations to support springsets. h. the Fixture shall be supported by 4 jacks at 4 corners 2.3.1.9The Fixture shall have provisions or scheme for connecting ballast in thehangar. Ballast should be located on the upper side of the Fixture. 2.3.2Knife Edge Fixture 2.3.2.1If the government provided KEF does not meet the structural margin ofsafety stated on this SoWa.Modify existing KEF to meet the structural requirementsOrb. Design new KEF that meets the structural requirements. Design should be similar tothe government provided KEF 3Receivables 3.1Drawings 3.1.1PA-1 CM drawing 1249263, 1248668, & 1249125 3.1.2CMs LAS attachment drawing 3.2Models 3.2.1PA-1 CM OML in Pro-E version 3.2.2CMs LAS attachment Pro-E model 4Deliverables 4.1Detailed design documentation and analysis 4.1.1Engineering drawing & CAD model for every hardware listed under 1.1 & 1.2(include 1.3 if modifying) 4.1.2Stress analysis files of every hardware listed under 1.1, 1.2, & 1.3 This includes NASTRAN models, MS Excel calculations, and any other program files used forstress analysis 4.1.3Final stress report5Reviews 5.1Weekly face to face meeting 5.2Conceptual Design Review 5.3Preliminary Design Review 5.4Critical Design ReviewxSchedule 6.1See Figure 77Payment 7.1Payment shall be made weekly based on hours worked. Hourly rate shall beprovided by contractor before work can begin. NASA/DFRC intends to purchase the items from Pyramid Space Systems. Pyramid Space Systemshas an established knowledge of the needs of the project and a working knowledge of theprocesses at NASA Dryden. Retraining other vendors would result in schedule delays andsignificant cost increase to the project.The Government intends to acquire a commercial item using FAR Part 12.Interested organizations may submit their capabilities and qualifications to perform theeffort in writing to the identified point of contact not later than 4:30 p.m. local timeon May 24, 2008. Such capabilities/qualifications will be evaluated solely for thepurpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and opencompetition basis, based upon responses to this notice, is solely within the discretionof the government.Oral communications are not acceptable in response to this notice.All responsible sources may submit an offer which shall be considered by the agency.An Ombudsman has been appointed. See NASA Specific Note "B".Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6ae3458ec3bd8b9364a8bad4eb46a254&tab=core&_cview=1)
- Record
- SN01572872-W 20080516/080514220039-6ae3458ec3bd8b9364a8bad4eb46a254 (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 |