Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 12, 2009 FBO #2940
MODIFICATION

A -- Deployable Truss, and for the Deployment and Latching Mechanisms for the Microwave Imager Sounder (MIS) payload on the National Polar-orbiting Operational Environmental Satellite System (NPOESS)

Notice Date
12/10/2009
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
 
ZIP Code
20375
 
Solicitation Number
NRL-10-LS70
 
Archive Date
3/4/2010
 
Point of Contact
Lisa A Fleming, Phone: 202-767-3739
 
E-Mail Address
lisa.fleming@nrl.navy.mil
(lisa.fleming@nrl.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ISSUED BY THE NAVAL RESEARCH LABORATORY (NRL) FOR INFORMATION AND PLANNING PURPOSES ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS ANNOUNCEMENT. HOWEVER, RESPONSES MAY BE USED TO DETERMINE THE APPROPRIATE ACQUISITION STRATEGY FOR A FUTURE ACQUISITION. The Naval Research Laboratory (NRL), Code 8200 (Spacecraft Engineering Department), is requesting information and a ROM estimate of cost and delivery schedule for the Deployable Truss, and for the Deployment and Latching Mechanisms for the Microwave Imager Sounder (MIS) payload on the National Polar-orbiting Operational Environmental Satellite System (NPOESS), which is a Class 1 Operational National Program. The purpose of the deployable truss is to stow and deploy an 71.6 inch diameter Microwave Antenna Reflector with precise pointing requirements. The Deployable Truss is a build-to-print truss structure comprised of graphite-epoxy tubes, graphite-epoxy gussets, and titanium end fittings. The Deployment and Latching Mechanisms are to be based on a conceptual design provided by the NRL. The Deployment Mechanism shall deploy a Microwave Antenna Reflector truss structure assembly with a mass between 65-115 lbs. The Latching Mechanism shall latch the truss structure assembly in the deployed configuration with a deployment angle repeatability of 0.007º 2 sigma. The NRL is receptive to suggestions that will improve the manufacturability and ease of assembly and test of the truss structure. Additionally, alternatives to NRL's deployment and latching mechanism conceptual design that take advantage of the vendor's heritage designs, if judged by the NRL to be compatible with program requirements, will also be considered. The specifications referenced herein are export controlled under the International Traffic In Arms Regulations (ITAR). As such, in order to receive the referenced specifications, potential Contractors must complete the attached certification with proof of status as a U.S. Person (as defined in 22 C.F.R. Part 120.15) and submit it via e-mail to Ms. Lisa Fleming, at lisa.fleming@nrl.navy.mil. Upon confirmation of eligibility, potential offerors will be sent draft copies of the statement of work and specifications. The statement of work and specifications must be safeguarded and protected from unauthorized disclosure in accordance with applicable U.S. export control laws and regulations. Technical questions shall be directed to Steve Koss, NRL Code 8211 (Mechanisms) via e-mail steve.koss@nrl.navy.mil and Tim Duffey, NRL Code 8211 (Truss) via e-mail tim.duffey@nrl.navy.mil. The purpose of this RFI is to gauge industry interest, capabilities, and relevant heritage experience to manufacture, assemble, and test a precision Deployable Truss with Deployment and Latching Mechanisms. It is the goal of the NRL to maximize relevant heritage experience, and minimize risk and cost to the MIS program. As such, the NRL will be using the responses and ROM cost estimates for determination of whether to procure the Deployable Truss Assembly via a formal contract RFP (early 2010), or to build part or all of the hardware in-house. If NRL receives acceptable responses it is anticipated that a competitive RFP would be pursued. If the NRL decides to procure this hardware, delivery of the first flight assembly and one full set of flight spare parts would be in early 2012 with options for at least one additional flight assembly two years later. An Engineering Development Unit Deployable Truss Assembly would also be procured. The goals of the EDU truss assembly would be to serve as a manufacturing, assembly, and test pathfinder as well as to verify EDU deployment and latching mechanism performance. As such, this truss assembly would be constructed of aluminum instead of composite/titanium to minimize cost. Finally, an off-loader for deployment of the truss in a one g environment to verify performance in zero g should be included in the Deployable Truss ROM cost estimate as an option. Examples of what key evaluation criteria might be included for an RFP are: 1) Relevant corporate and key personnel heritage experience and know-how, 2) Relevant heritage hardware performance, 3) Cost/cost realism/past cost performance, 4) Schedule/past schedule performance. If a solicitation is issued, it will be issued in anticipation of awarding a firm fixed price type contract. However, in the event that significant development and risk is foreseen, the government will re-visit the anticipated contract type. Interested parties should submit the information requested herein, as well as, a ROM/Cost and Schedule Estimate. Cost estimates may be submitted for all items requested, for just the Deployable Truss, or for just the Deployment and Latching Mechanisms. Interested parties providing cost estimates for just the Deployable Truss should assume that the Deployment and Latching Mechanism will be provided to them as GFE. NRL would prefer to procure all items from a single source, however, alternate options will be entertained. This RFI is for planning purposes only and shall not be construed as a Request for Proposal (RFP) or as an obligation on the part of the NRL to acquire any products or services. The NRL does not intend to award a contract based on this RFI or otherwise pay for the information requested. Submission of a response to this RFI is voluntary. The voluntary submission of a response to this RFI shall not obligate the NRL to pay or entitle the submitter to any compensation. All information and data received in response to this RFI that are marked or designated as corporate or proprietary information will be protected as such. Responses to this RFI may be submitted in writing or by email no later than 4PM EST December 31, 2009. Information may be submitted via Fedex or UPS Only, NOT US MAIL to: Naval Research Laboratory 4555 Overlook, Ave. S.W. ATTN: Steve Koss, Code 8211 Washington, D.C. 20375 Or UNCLASS e-mail (PREFERRED): steve.koss@nrl.navy.mil Responses received after December 31, 2009 will not be reviewed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/NRL-10-LS70/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02021016-W 20091212/091210234823-fd5a12f46cf4dc6b7dbc3c7e4c81866f (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.