Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2011 FBO #3549
SOURCES SOUGHT

17 -- MAX LAUNCH ABORT SYSTEM ATTITUDE CONTROL SUBSYSTEM THRUSTER

Notice Date
8/11/2011
 
Notice Type
Sources Sought
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
NASA/Langley Research Center, Mail Stop 12, Industry Assistance Office, Hampton,VA 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
NNL11MAXABORTSYS
 
Response Due
8/26/2011
 
Archive Date
8/11/2012
 
Point of Contact
Alene L Arnott, Contract Specialist, Phone 757-864-5483, Fax 757-864-7709, Email alene.l.arnott@nasa.gov - Teresa M Hass, Contracting Officer, Phone 757-864-8496, Fax 757-864-8863, Email Teresa.M.Hass@nasa.gov
 
E-Mail Address
Alene L Arnott
(alene.l.arnott@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/LaRC is hereby soliciting information about potential sources for a 1500 lbfliquid propellant rocket engine, herein referred to as a thruster. It must be able tooperate from sea level to vacuum conditions without nozzle flow separation and is quickacting as well as fast pulsing. The Max Launch Abort System (MLAS) project is consideringincorporating a conventional technology liquid attitude control subsystem (ACS) for coastflight stabilization and reorientation on Flight Test Vehicle (FTV) #2. NASA/LaRC is currently conducting market research to identify firms with specializedexpertise in the design, analysis, fabrication and test of thrusters commensurate withthe below expectations for the Max Launch Abort System Project. The thrusters beingsought should be readily available and meet the following top level expectations: Operates from sea level to vacuum producing highthrust. (e.g., 1200 lbf sealevel, 1500 lbf vacuum) Uses low expansion ratio nozzle to avoid nozzle flow separation. (e.g., 8:1) Quickly acts from command on to build up rated thrust. (e.g., 90% within 20 mSec) Supports unconstrained, fast-pulsing duty cycles. (e.g., 50 mSec electrical on/ off) Provides reasonable cumulative burn and cycle life. (e.g., 30 seconds, 300cycles) Packages lightly and efficiently. (e.g., 10 lbm, 12 inch long x 6 inch dia. righthand cylinder)Operates during abort environments. (e.g., 15g acceleration, 35g-rmsvibration, 1000g shock) Operates stably on pressure budget from a repurposed Orbiter 750psig helium regulator.Respondents should have demonstrated capability and experience in the design, analysis,fabrication, and testing of thrusters, preferably with experience on systems for spaceapplications.Respondents shall emphasize how their stated capabilities and experience relate to thespecific expectations as previously mentioned. Respondents shall comment on their derived performance requirements as well as the challenges associated with designing,analyzing, fabricating and testing thrusters for space applications.Respondents may offer responses to any or all of the following:1. Design, analysis, fabrication, and testing: (a) Provide technical description for thethruster. (b) Provide operating box for propellant supply conditions (and if applicable,pressurant supply) at valve inlet interface for the thruster. (c) Provide steady stateand pulse mode performance capabilities for the thruster at vacuum and sea-levelconditions, including thrust, specific impulse, pulsing impulse bit at minimum electricalpulse width, thrust build-up and tail-off times, etc. (d) Provide configurationdescription including mass, packaging and interfaces for the thruster.(e) Describeoperating environment limits for the thruster.(f) Describe development andqualification testing already completed for the thruster. (g) Describe stability testingalready completed for the thruster. (h) Describe readiness to initiate fabrication ofcurrent design for delivery of the thruster. (i) Describe acceptance testing necessaryfor delivered thrusters.2. Costs: a) Provide Rough Order of Magnitude (ROM) costs to deliver two thrusterssuitable for an attitude control subsystem hot fire ground risk mitigation experiment. (b) As necessary, provide Rough Order of Magnitude (ROM) for any remaining work necessaryto design, analyze, fabricate, and test the thruster with the work broken out as aminimum in the following categories: design, analyze, fabricate and test. (c) Provideassumptions used in development of ROM costs. (d) Provide ROM costs for potential followon option to subsequently deliver eight additional thrusters suitable for integration ina flight test vehicle.3. Delivery: (a) Provide an estimated delivery time frame. (b) Describe the major risksand foreseen or unforeseen challenges to meeting the delivery as well as how they can beovercome.4. Experience: (a) Describe experience of interested respondent with design, analysis,fabrication, and testing of thrusters 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. 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 are requested not exceed 10 pages total, in 12 point font, not includingdiagrams, pictures, or figures. Preferred file format is PC formatted Microsoft Word,Power Point, Excel or Adobe (PDF). Existing documents that describe suitable existingproducts or proposed 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 Sources Sought ona non-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 toa website with public access. 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 Sources Sought is being used to obtain information for planning purposes only andthe Government does not presently intend to award a contract, nor will the Government payfor information solicited. As stipulated in FAR15.201(e), responses to this notice arenot considered offers and cannot be accepted by the Government to form a bindingcontract. Inputs shall be compliant with all legal and regulatory requirements concerninglimitations on export controlled items. All questions should be directed to Mr. Joseph Cook at: Joseph.S.Cook@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 are requested by 4:30 on August 26, 2011 and shall be emailed to Mr. JosephCook at Joseph.S.Cook@nasa.gov. An ombudsman has been appointed -- See NASA Specific Note 'B'.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/LaRC/OPDC20220/NNL11MAXABORTSYS/listing.html)
 
Record
SN02531017-W 20110813/110811235916-b60c7644bcd27b036d7c907ad9ecbbb2 (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.