Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2009 FBO #2673
SOLICITATION NOTICE

66 -- MINIATURE REACTION WHEELS FOR SMALL SPACECRAFT ATTITUDE CONTROL

Notice Date
3/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA0983950Q
 
Response Due
3/27/2009
 
Archive Date
3/20/2010
 
Point of Contact
Jeffrey S. Brown, Contracting Officer, Phone 650-604-4696, Fax 650-604-0912, />
 
E-Mail Address
jeffrey.s.brown@nasa.gov<br
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ) for four (4) miniaturereaction wheels for small spacecraft attitude control.The following specificationsapply:General: The wheels shall be a momentum storage device and provide reaction torque alongone axis of each wheel. Design and Construction: Units shall be engineering units for ground testing anddevelopment. The units shall be functionally identical to available space rated units.Each unit shall include a reaction wheel with BLDC motor, control electronics, and asolid-state angular rate sensor. Mechanical: The reaction wheels shall be designed as an integrated unit with mountingprevisions. Weight: Unit weight shall not exceed 1.5 kg. Supply Power Voltage: Each reaction wheel shall require one 28 VDC 6 V unregulated powersupply. Electrical Interface and Signals: The electrical signal interface shall be asynchronousRS-422 serial digital data bus. Angular Momentum: Each reaction wheel shall have a momentum capacity of greater than 1.0Nms Torque: Each reaction wheel shall be capable of producing reaction torques of 30 mN-m. Torque Regulation: Torque control performance shall be better than 500 micro-Nm(averaged over 1 sec.) Temperature Range: Operational temperature range shall be -30 to 60 C. Telemetry: Wheel telemetry shall include wheel speed, angular rate, torque, temperaturesand motor voltages. Control Command: Each wheel shall be commanded by a selectable torque or speed set-pointat an update rate of 20 Hz. Integrated Angular Rate Sensor: Each wheel shall have an integrate angular rate sensorwith a range of 500 deg/sec and a drift rate of < 10 deg/hour. Offerors shall include enough information to establish that the proposed reaction wheelshave heritage that includes multiple flight units being fully qualified and delivered.Flight heritage shall include launch and two years operation for at minimum, one mission.The provisions and clauses in the RFQ are those in effect through FAC 2005-29 The NAICS Code and the small business size standard for this procurement are 334511 and750 respectively. The offeror shall state in their offer their size status for thisprocurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery shall be FOB Destination.Offers for the items(s) described above are due by March 27, 2009 to the point of contactbelow at NASA-Ames Research Center, M/S 241-1 Moffett Field, CA 94035-1000 and mustinclude, solicitation number, FOB destination to this Center, proposed delivery schedule,discount/payment terms, warranty duration (if applicable), taxpayer identification number(TIN), identification of any special commercial terms, and be signed by an authorizedcompany 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 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable.FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21,52.222-26, 52.222-36, 52.222-50, 52.223-15, 52.223-16, 52.225-13, 52.232-34, 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 contractual and technical questions must be in writing (e-mail or fax) to the pointof contact below not later than 03/24/2009. Telephone questions will not be accepted.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (JUNE 2008), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note "B".Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21. Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any).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=e2dc9819a99f6565e2d60262d54410c4&tab=core&_cview=1)
 
Record
SN01773855-W 20090322/090320215737-e2dc9819a99f6565e2d60262d54410c4 (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.