SOURCES SOUGHT
A -- SOURCES SOUGHT NOTICE FOR ARES ELECTRIC THRUST VECTOR CONTROL PROTOTYPE RISKREDUCTION SYSTEM
- Notice Date
- 7/17/2008
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812
- ZIP Code
- 35812
- Solicitation Number
- 4200261607
- Response Due
- 7/30/2008
- Archive Date
- 7/17/2009
- Point of Contact
- Sarah Annerton, Contracting Officer, Phone 256-544-8429, Fax 256-544-4400, - George E. Pendley, Contracting Officer, Phone 256-544-2949, Fax 256-544-6062
- E-Mail Address
-
Sarah.D.Annerton@nasa.gov, george.e.pendley@nasa.gov
- Small Business Set-Aside
- N/A
- Description
- The National Aeronautics and Space Administration, Marshall Space Flight Center(MSFC) is hereby soliciting information about potential sources for its Ares ElectricThrust Vector Control (TVC) Prototype Risk Reduction System requirement.NASAs Constellation Program is the mission support architecture that will replace theSpace Shuttle.One component of the Constellation Program is the Ares family of launchvehicles. The Ares launch vehicles will utilize the heritage reusable solid rocketbooster currently in use on the Space Shuttle system for propulsive boost during theascent to orbit. The reusable solid rocket booster currently uses a distributedhydraulic, hydrazine powered thrust vector control (TVC) system that is used to move thesolid rocket nozzle and effect launch vehicle steering during ascent. This heritage TVChas proven extremely reliable and has exceeded all technical requirements during theoperational life of the Space Shuttle system. However, due to high life cycle costs,burdensome logistics requirements at the launch site, and use of hazardous hypergolicfuel, NASA is seeking an alternative simplified TVC system architecture that willeffectively reduce the overall life cycle cost and launch site processing requirements.One such design solution is an electric TVC architecture. It is anticipated that theelectric solution will be comprised of three primary subcomponents: Two (2) actuatorsdriven by electric motors, a motor control and power modulation unit, and a set ofrechargeable batteries. It is envisioned that this system could be assembled and testedat a contractor facility, shipped to the launch site and integrated into the launchvehicle with minimal follow-on testing, thereby reducing the logistics at the launch siteand ultimately reducing overall life cycle costs. Current state of the art in TVCapplications for manned launch vehicles have not, as yet, incorporated an electricarchitecture, and where it has been implemented for unmanned vehicles, the power flowcapabilities are well below the anticipated requirements for the Ares family solid rocketbooster. Anticipated actuator mechanical power flow requirements for the solid rocketbooster exceed sixty (60) horsepower. Additionally, the solid rocket booster missionduty cycle requirements will require state of the art rechargeable batteries achievingboth high power delivery capability and achieve high power densities.Prior to committing to flight system development of an electric TVC system, NASA will tryto effectively reduce and mitigate the significant development risk by contracting forthe design, development and construction of a prototype electric TVC system that willaddress the technical feasibility of the electric design concept. The selectedcontractor would be responsible for tailoring a risk reduction program that addressesanticipated forward development technical risks such as: thermal management of highpower electrics, corona discharge at reduced pressures in the presence of high voltages,qualification of power semiconductor components and development of high power flow andhigh power density rechargeable batteries. The developed non-flight, prototype systemwill then be thoroughly tested by the contractor to assess the technical feasibility ofcontinuing on to flight system development. The data obtained from this risk reductionproject may then be used to determine the optimum design solution for the Ares solidrocket booster. It is anticipated that the period of performance for this requirementwill be approximately eighteen (18) months.Interested offerors/vendors having the required specialized capabilities to meet theabove requirement should submit a capability statement indicating the ability to performall aspects of the effort described herein. Responses should be limited to theinformation requested in this sources sought notice and submissions shall not exceed 15pages in length. Responses must include the following: 1) name and address of firm; 2)size of business; 3) average annual revenue for past 3 years and number of employees; 4)ownership; 5) whether they are large, small, small disadvantaged, 8(a), HUBZone, and/orwoman-owned; 6) number of years in business; 7) affiliate information:parent company,joint venture partners, potential teaming partners, prime contractor (if potential sub)or subcontractors (if potential prime); 8) a description of your current design,development and test capability of aerospace electric actuation systems; 9) a descriptionof your past performance and experience that resulted in aerospace qualified designs andexperience in the up screening of electrical components to meet manned space flightrequirements; 10) list of customers covering the past five years (highlight relevant workperformed, contract numbers, contract type, dollar value of each procurement; and pointof contact - address and phone number); and 11) a description of your current design,development and test capability of high power flow and high power density rechargeablebatteries for use on aerospace vehicles. Please advise if the requirement is considered to be a commercial or commercial-typeproduct. A commercial item is defined in FAR 2.101.Technical questions should be directed to: David Wagner, telephone: 256-544-6337,e-mail: David.K.Wagner@nasa.gov. Procurement related questions should be directed to:Sarah Annerton, telephone: 256-544-8429, e-mail: Sarah.D.Annerton@nasa.gov.This sources sought notice is for information and planning purposes and is not to beconstrued as a commitment by the Government nor will the Government pay for informationsolicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation forthe requirement. A solicitation does not exist at this time; therefore, do not request acopy of the solicitation. If a solicitation is released it will be synopsized inFedBizOpps and on the NASA Acquisition Internet Service. It is the potential offerorsresponsibility to monitor these sites for the release of any solicitation or synopsis.The Government reserves the right to consider a small business or 8(a) set-aside based onresponses hereto. All responses shall be submitted to the attention of Ms. SarahAnnerton via e-mail to: Sarah.D.Annerton@nasa.gov no later than 1600 Central Time on July30, 2008. Please reference Purchase Request Number 4200261607 in any response. Anyreferenced notes may be viewed at the following URLs linked below.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a47087ffc2b63aaadbf41ec5f6f35b3f&tab=core&_cview=1)
- Record
- SN01616556-W 20080719/080717221025-a47087ffc2b63aaadbf41ec5f6f35b3f (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 |