SOURCES SOUGHT
A -- FIBER OPTIC SENSING SYSTEM FOR SHAPE SENSING OF AN ELECTRODYNAMIC SPACETETHER
- Notice Date
- 9/17/2010
- 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
- NNL10FiberOpticSensing
- Response Due
- 10/8/2010
- Archive Date
- 9/17/2011
- Point of Contact
- Teresa M Hass, Contracting Officer, Phone 757-864-8496, Fax 757-864-8863, Email Teresa.M.Hass@nasa.gov - Susan E. McClain, Contracting Officer, Phone 757-864-8687, Fax 757-864-8863, Email Susan.E.Mcclain@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 afiber optic sensing system for shape sensing of an electrodynamic space tether. Thespecific potential application is to integrate the fiber optic system into a proposedElectrodynamic Tether Propulsion Demonstration. In this experiment, predictable andcontrolled orbital maneuvering (orbital altitude change and inclination change) will bedemonstrated using an electrodynamic tether propulsion system. (A parallel NASA MSFC RFI:RFI08272010PS21 was advertised on August 27, 2010 to identify a partner capable ofproviding a spacecraft bus.)NASA is currently conducting market research to identify firms with specialized expertisein the design, analysis, fabrication and integration of components for fiber opticsystems commensurate with the provided requirements for this space application.The fiber optic sensing system will be designed to be integrated along an electrodynamictether with millimeter scale cross sectional area and lengths of 1-5 km. The fiber opticsensing system should be configured to measure strain, shape (ie. bending), temperature,and tension along the tether length in a high electromagnetic interference (EMI)environment at a minimum of 10 locations and also provide breakage sensing. The hardwarewill be designed to survive high vibration and g-force loads, to operate in the orbitalenvironment with approximate temperature excursions between -300F to +300F, and tolaunch in an unpressurized launch vehicle. The integrated fiber optic system will becapable of providing information output to the spacecraft for feedback control that willbe used to attenuate tether dynamic behavior. The volume and mass of the system includingall supporting hardware and electronic components should be minimized in order tofacilitate integration with the spacecraft. For scaling reference, the targeted buildvolume is approximately 15 cm x 15 cm x 15 cm.Respondents should have demonstrated capability and experience in the design, analysis,fabrication, and testing of custom fiber optic sensing systems, preferably withexperience on systems 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, integration and testing of fiber optic systems, (a)describing a targeted volume, mass, and power required for the fiber optic system, (b)describing physical limits of the fiber optic system including environmental parameters,sensor length, bending radius, longitudinal strain limit, and torsional strength limit,(c) data rates and interfaces, (d) describing any experience or space qualification ofhardware on systems for space applications.2. Costs: a) Provide Rough Order of Magnitude (ROM) costs to design, analyze,fabricate, integrate, test and deliver the fiber optic system and associated hardware tospace-qualified requirements plus build one unit broken out at a minimum in the followingcategories: design, analyze, fabricate, integrate, test and deliver. (b) Provideassumptions 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, integration and testing of fiber optic systems for applications havinglengths at least 1-5 km and preferably having experience with systems for spaceapplications. 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. As such, to the extent that any information submitted inresponse to this RFI is marked as or construed to be proprietary or business-sensitive,submitters are hereby notified (a) about the potentiality that such information may bedisclosed to support service contractors and (b) submission of information in response tothis RFI constitutes consent to 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 PC formatted Microsoft Word, Power Point,Excel or Adobe (PDF). Existing documents that describe suitable existing products orproposed products 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. All questions should be directed to Ms. Teresa Hass at: Teresa.M.Hass@nasa.gov via email.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 October 8, 2010. An ombudsman has been appointed -- See NASA Specific Note 'B'.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/LaRC/OPDC20220/NNL10FiberOpticSensing/listing.html)
- Record
- SN02287069-W 20100919/100917235917-bec24ab917cdc30ee1586c9dcd61ae2d (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 |