Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2010 FBO #3107
SOURCES SOUGHT

A -- ELECTRON BEAM GUN FOR IN-SPACE MANUFACTURING VIA ELECTRON BEAM FREEFORMFABRICATION

Notice Date
5/26/2010
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton,VA 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
NNL10EBF3ELECTRONBEAM
 
Response Due
6/11/2010
 
Archive Date
5/26/2011
 
Point of Contact
Teresa M Hass, Contract Specialist/Contracting Officer, Phone 757-864-8496, Fax 757-864-7709, Email Teresa.M.Hass@nasa.gov - Robert B. Gardner, Contracting Officer, Phone 757-864-2525, Fax 757-864-7898, Email Robert.B.Gardner@nasa.gov
 
E-Mail Address
Teresa M Hass
(Teresa.M.Hass@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/LaRC is hereby soliciting information about potential sources to supply anelectron beam system for in-space manufacturing. The specific application is tointegrate the electron beam gun as a changeable tool into an electron beam freeformfabrication (EBF3) system that will be deployed to the International Space Station (ISS). (A parallel RFI NNL10EBF3ROBOTICSYSTEM is also being advertised for identifying sourcesfor a robotic positioning system for this EBF3 system.) NASA is currently conducting market research to identify firms with specialized expertisein the design, analysis, and fabrication of components for electron beam systemsparticularly related to use in space. The electron beam gun and its high voltage power supply will be designed to operateinside a vacuum chamber within the ISS, requiring operations in 0-g, in a vacuumenvironment for the EBF3 system (10-5 torr and higher vacuum), and ISS cabin pressures of10 psi. The hardware will also be designed to survive high vibration and g-force loads,temperature excursions between -50C to +50C, and launch in an unpressurized launchvehicle. The electron beam gun will be mated to a robotic positioning system that willalso support other tools, therefore the gun should incorporate automatic quickdisconnects to facilitate interchange with other tools. Electrical disconnect of the gunwill not be required. The size and weight of the electron beam gun and all supportinghardware and electronic components should be minimized in order to facilitate integrationwith ISS. For scaling reference, the targeted build volume is approximately 6 inches by 6inches by 6 inches. Liquid cooling of the electron beam gun and high voltage powersupply is permitted, using on-board cooling system on the ISS, to minimize heat expulsioninto the ISS ambient environment. The electron beam gun will be used to melt aluminum,titanium and ferrous alloys; however, x-ray generation should be minimized. The electronbeam gun should provide a power output of approximately 2 kW at a maximum acceleratingvoltage of 20 kV utilizing ISS standard input power of 124 VDC. The electron beam gunshould have the capability to deflect, raster, and vary the beam from sharp to softfocus. The electron beam gun must include appropriate safety interlocks thatautomatically shut down the electron beam gun in the event of power, operationalanomalies, or inadequate vacuum (to prevent turning the beam on while the door is open),and shielding of electron beam gun and associated power supplies to protect from coronadischarge in the reduced pressure environment in the ISS, to prevent harm to personnel,ISS and the electron beam freeform fabrication equipment.Respondents should have demonstrated capability and experience in the design, analysis,fabrication, and testing of electron beam gun systems, preferably with experience onsystems for space applications. Respondents shall emphasize how their stated capabilities and experience relate to thespecific performance requirements and challenges associated with developing componentsfor space applications. Respondents may offer responses to any or all of the following:1. Design, analysis, fabrication, and testing of electron beam gun systems, (a)describing a targeted weight and size for the electron beam gun and required powertransformers and high voltage power supplies, (b) describing any experience on systemsfor space applications.2. Costs: a) Provide Rough Order of Magnitude (ROM) costs to design the electron beamgun and associated hardware to space-qualified requirements plus build three units brokenout at a minimum in the following categories: design, testing, and fabrication/delivery.(b) Provide assumptions used in development of ROM costs.3. Delivery: (a) Provide an estimated delivery time frame. (b) What are the major risksand foreseen or unforeseen challenges to meeting the delivery - how can they be overcome?4. Experience: (a) Interested parties must have experience with design, analysis,fabrication, and testing of electron beam gun systems within the size and power levelsdescribed in this RFI, preferably with experience on systems for space applications. In addition to the above information, responses must include the following: name andaddress of firm, size of business; average annual revenue for past 3 years and number ofemployees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone,and/or woman-owned; number of years in business; affiliate information: parent company,joint venture partners, potential teaming partners, prime contractor (if potential sub)or subcontractors (if potential prime); list of customers covering the past five years(highlight relevant work performed, contract numbers, contract type, dollar value of eachprocurement; and point of contact - address and phone number). Information, such as trade secrets and commercial or financial information provided tothe Government on a privileged or confidential basis that, if released, would result incompetitive harm should be identified and marked as Proprietary. Government civil servantemployees are subject to the non-disclosure obligations of a felony criminal statute, theTrade Secrets Act, 18 USC 1905. NASA will likely provide proprietary information to itssupport service contractors who are under an obligation to keep third-party proprietaryinformation in confidence. Company names and identifiers will be removed from theinformation prior to providing it to support service contractor personnel. As such, tothe extent that any information submitted in response to this RFI is marked as orconstrued to be proprietary or business-sensitive, submitters are hereby notified (a)about the potentiality that such information may be disclosed to support servicecontractors and (b) submission of information in response to this RFI constitutes consentto such handling and disclosure of submitted information. Responses should not exceed 10 pages total, in 12 point font, not including diagrams,pictures, or figures. Preferred file format is Microsoft Word, Power Point, Excel orAdobe (PDF). Existing documents that describe suitable existing products or proposedproducts are acceptable. The information obtained will be used by NASA for planning and acquisition strategydevelopment. NASA will use the information obtained as a result of this RFI on anon-attribution basis. Providing data and information that is limited or restricted foruse by NASA for that purpose would be of very little value and such restricted/limiteddata/information is not solicited. No information or questions received will be posted toany website or public access location. NASA does not plan to respond to the individualresponses.No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offeror(s) responsibility to monitor these sitesfor the release of any solicitation or synopsis. This RFI is being used to obtain information for planning purposes only and theGovernment does not presently intend to award a contract, nor will the Government pay forinformation solicited. As stipulated in FAR15.201(e), responses to this notice are notconsidered offers and cannot be accepted by the Government to form a binding contract.Inputs shall be compliant with all legal and regulatory requirements concerninglimitations on export controlled items. Technical questions should be directed to: Mr. Robert Hafley at:Robert.A.Hafley@nasa.gov. Procurement related questions should be directed to: Ms. TeresaHass at: Teresa.M.Hass@nasa.gov. Please advise if the requirement is considered to be a commercial or commercial-typeproduct. A commercial item is defined in FAR 2.101. The Government reserves the right to consider a small business or 8(a) set-aside based onresponses hereto. All responses shall be emailed to Ms. Teresa Hass at Teresa.M.Hass@nasa.gov no later than4:30pm on June 11, 2010. An ombudsman has been appointed -- See NASA Specific Note 'B'.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/LaRC/OPDC20220/NNL10EBF3ELECTRONBEAM/listing.html)
 
Record
SN02160957-W 20100528/100526235209-7ea3787ab234b2d5dad7e4b8a2d46ff3 (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.