|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 31,1998 PSA#2063NASA/Lyndon B. Johnson Space Center, Houston, Texas, 77058-3696, Mail
Code: BE 16 -- BRUSHLESS DC MOTORS SOL 9-BE13-27-8-21P DUE 041698 POC Wendy L.
Boudreaux, Contract Specialist, Phone (281) 483-5338, Fax (281)
244-5331, Email wendy.l.boudreaux1@jsc.nasa.gov -- Lisa Rea-Phillips,
Contracting Officer, Phone (281) 483-8395, Fax (281) 244-5337, Email
lisa.r.phillips1@jsc.nasa.gov WEB: Click here for the latest
information about this notice,
http://nais.nasa.gov/EPS/JSC/date.html#9-BE13-27-8-21P. E-MAIL: Wendy
L. Boudreaux, wendy.l.boudreaux1@jsc.nasa.gov. This notice is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in FAR Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; offers are being requested and a
written solicitation will not be issued. This notice is being issued as
a Request for Offer (RFO) for brushless DC motors to drive the fans and
pumps in the environment control and life systems in the X-38 project.
The Government plans to purchase at a minimum 4 motors and at a
maximum 11 motors. Offerors should provide the following: 1) Package
outline drawings and block diagrams of the circuits 2) Outline of
proposed standards for: -- Electrical parts selection; -- Printed
circuit boards; -- Soldering; -- Staking and strain relief; --
Crimping; -- Quality control/verification plans. 3) Description of
supplier's experience in the field of aerospace motor controllers and
electronic equipment 4) Descriptionof proposed qualification/acceptance
testing 5) Price breakdown as follows: -- NRE; -- Qual testing; -- Qual
unit; -- Production units (qty 7 through 11) including Acceptance;
-Testing on each; -- Documentation. Statement of Work: 1.0 INTRODUCTION
The X-38 experimental space test vehicle (V201) shall make use of
brushless DC motors to drive the fans and pumps in the Environmental
Control and Life Support System (ECLS). These motors make use of
dedicated Pulse-Width-Modulation (PWM) amplifiers for motor phase
commutation and speed control. Although the electrical current for the
fan will be much higher than for the pump, to minimize non-recurring
engineering and logistics costs, NASA intends to use the same motor
controller design for both the fan and pump. 2.0 SCOPE This SOW is
intended to clarify expected practices and deliverable items which NASA
requires of the contractor in design, manufacturing, and testing of the
subject components. It should be used in conjunction with the
environment and performance specifications for each component, which
are included as appendix A of this document. Note that this document
outlines the work required of a supplier after contract award. A subset
of information is being requested from all prospective suppliers as
part of their proposal packages. 3.0 DESIGN It is the desire of the
government that existing designs, or adaptations of existing designs be
used as much as possible. For off-the-shelf designs, NASA will be
provided with a complete set of as-built drawings for review prior to
purchase of the component. For custom components, NASA will be provided
with a complete set of design and as-built drawings/schematics. All
design drawings/schematics, analyses, and parts lists shall be provided
to NASA for approval prior to manufacturing of custom component(s).
Each prospective supplier should provide an outline drawing, circuit
block diagram, and basic description of operation as part of their
proposal package. 4.0 ANALYSIS The contractor shall show by analysis
that the design meets the mechanical loads environment as specified.
5.0 MANUFACTURING The contractor shall manufacture the number of
production units as negotiated and stated in the contract. In
responding to the solicitation, potential suppliers should provide cost
estimates for flight unit quantities of 6, 7, 8, 9, 10, and 11, plus
one qualification unit. 6.0 QUALITY CONTROL The contractor shall
propose and exercise quality control procedures consistent with
experimental space flight hardware. An outline of the contractor s
quality control plans shall be provided by the contractor with their
proposal package for NASA review prior to the contract award. In
particular, prospective suppliers are requested to provide in their
proposal, an outline of their design/manufacturing standards and
quality verification plans for: n Printed circuit boards; n Soldering;
n Staking & stress relief; n Crimping. While the SOW outlines the
minimum quality verification requirements, the absence of any
certification/verification requirement shall not relieve the contractor
of the responsibility of ensuring that the hardware delivered to NASA
complies with all performance requirements in the contract. 7.0
QUALIFICATION & CERTIFICATION The contractor shall prepare and submit
a brief Certification Plan describing the tests, analyses, inspections,
etc. to be performed (over and above acceptance testing) to verify that
the design meets the requirements outlined in the SOW and
specifications. The certification plan shall be a NASA approved
document, and shall be provided for review to NASA prior to assembly of
the component(s). The contractor shall prepare and submit a
Certification Data Package, documenting all test results, analyses,
inspections, etc. described in the Certification Plan. The
Certification Plan shall address the following issues at a minimum: The
contractor shall supply to NASA evidence that the motor controllers are
built appropriately to operate in the stated X-38 random vibration
environment (see Appendix Asection 1.2). A random vibration
qualification test shall be performed by the vendor or by NASA. Final
NASA acceptance of the hardware and completion of the contract is
contingent on successful completion of qualification and acceptance
vibration testing, whether performed by the vendor or by NASA. The
contractor shall conduct EMI/EMC qualification testing to verify that
the design is compliant. Testing shall be performed with a
representative motor. The contractor shall certify compatibility with
specified radiation environments (see Appendix A section 1.7) and
estimated lifetime by analysis or other appropriate means (subject to
NASA approval). The contractor shall provide a complete electrical
parts list, with a total dose and single event effect
radiation-tolerance assessment provided for each part. 8.0 ACCEPTANCE
TESTING The contractor shall develop appropriate acceptance test
procedures and conduct associated testing on each unit prior to
delivery to NASA. As a minimum, the test procedures shall incorporate
the following: n Performance test n Environmental Stress Screening
vibration test to following levels: Frequency (HZ) Acceptance 20 .015
g2/Hz; 50 .09 g2/Hz; 800 .09 g2/Hz; 2000 .015 g2/Hz; Overall -- 10.8
grms- 1 min./axis. Note: Contractor may propose that NASA conduct this
test, but acceptance of controller is contingent on successful test.
9.0 DELIVERABLES/DOCUMENTATION The following paragraph summarizes the
deliverable items (other than the components themselves) which the
contractor is responsible for: n Design and as-built
drawings/schematics; n Loads/stress analysis; n Quality Control Plan;
n Qualification/Certification Plan; n Qualification/Certification data
pack; n Acceptance Test Procedures; n Acceptance Test Data for each
unit; n Parts list including radiation-tolerance assessment; The
contractor shall also deliver one mating electrical plug for each
electrical receptacle. 10.0 COMMUNICATIONS There are no formal
intermediate reporting requirements. However, the contractor should
plan to conduct brief informal exchanges with NASA personnel via
telephone or e-mail at monthly intervals. The contractor should plan
for at least one visit to the contractor facility by NASA personnel.
11.0 DELIVERY The contractor shall deliver final documentation to NASA
prior to delivery of the units. Contractor shall package units to
prevent damage during transportation to JSC. APPENDIX A
(Specifications) 1.0 GENERAL The following requirements are general,
and apply to all components which are covered under this procurement.
1.1 LOADS Each component must be capable of meeting performance
specifications and remaining structurally intact when subjected to a
dynamic loading environment equivalent to 150% of the following static
loading: 40g Any axis 10g Remaining 2 axis 1.2 RANDOM VIBRATION Each
component must be able to meet its individual performance
specifications while being exposed to a random vibration spectrum as
given below, for 3 minutes in each axis. One of the production units
will be designated as a qualification unit, and will be subjected to
this environment for 3 minutes in each axis as a qualification test. 20
Hz .026 g^2/Hz; 50 Hz .160 g^2/Hz; 800 Hz .160 g^2/Hz; 2000 Hz .026
g^2/Hz. 1.3 EXTERNAL PRESSURE ENVIRONMENT For components located within
the pressurized cabin, they must be able to operate continuously at
ambient air pressures between 8 psia and 16 psia. 1.4 AMBIENT
TEMPERATURE ENVRIONMENT For components located within the cabin, the
ambient air temperature can range between 40 degF and 90 degF. The
components must be able to operate continuously over this range. 1.5
HEAT DISSIPATION Heat dissipation for the motor controllers shall be
provided by baseplate cooling. NASA will provide an appropriate liquid
or air-cooled coldplate for this function. The temperature of the
coldplate shall not exceed 120 degF. 1.6 EMI/EMC The motor controllers
shall be EMI/EMC compliant per SSP 30237C through paragraph 3.2.4. 1.7
RADIATION Immune to single event effects, and tolerant to total dose of
1000 rad Si. 1.8ELECTRICAL PARTS SELECTION It is preferred that
electrical parts be selected in accordance with NASA publication
GSFC-PPL-21, with use of grade 2 or better parts. This document can be
found at http://arioch.gsfc.nasa.gov/ppl/ppl.htm. Vendor can propose
use of alternate parts, but use is subject to NASA approval. 1.9
LIFETIME Shelf Life -- 10 years minimum Operating Life -- 3 years
minimum (continuous operation) 2.0 SPECIFIC REQUIREMENTS The following
paragraphs detail the specific performance and material requirements
for each component. Reference the complete Statement of Work for any
additional generic requirements. 2.1 Cabin Fan/Water Pump Motor Control
Assembly Input Voltage: 24-130 VDC. Return Line: Isolated from chassis
ground. Speed Control: Closed-loop (constant RPM) proportional to
speed command. Speed Command: Provided by external differential voltage
signal (0 to 5 VDC) or internal voltage signal. Both signals will be
diode-coupled so that the internal signal will provide a minimum speed
command in the event that the external signal is lost. Internal signal
level (speed command) adjustable from outside of controller box by
adjustment of potentiometer. Enable/Inhibit Signal: 0 VDC (no
connection) = Enable, 5 to 32 VDC = Inhibit. Temperature Signal
Conditioning: Controller will incorporate resistor-divider circuit to
facilitate measurement of motor thermistor resistance (see schematic).
Connectors: MS-style circular connectors will be used. Type D38999 is
preferred. Vendor to also supply mating plugs. Test Ports: Separate
connector providing access to measure voltage for following signals: n
Input voltage; n Motor windings (3 phases); n Motor hall voltage
supply; n Motor hall sensor outputs; n Return. Compatibility: Controls
MPC-manufactured motors for BNP-12 fan or BNP-13 water pump built by
Barber-Nichols. Data for each of the motors is given below: Cabin Fan
Motor Data: # Hall Sensors 3; Configuration Wye; # of pole pairs 2;
resistance (ohms) .035; Inductance (mH) .060; Kv (Volts/KRPM) 1.8; Kt
(In-Oz/Amp) 2.4; Max Speed 10KRPM; Max Continuous Current 30 amps.
Water Pump Motor Data: # Hall Sensors 3; Configuration Wye; # of pole
pairs 2; resistance (ohms) .300; Inductance (mH) .21; Kv (Volts/KRPM)
2.65; Kt (In-Oz/Amp) 3.6; Max Speed 10KRPM; Max Continuous Current 5
amp. Functional Schematic: For a copy of the schematic, fax your
request to (281) 483-5338. The provisions and clauses in the RFO are
those in effect through FAC 97-3. The SIC code and the small business
size standard for this procurement are 3764 and 1000 respectively. The
offeror shall state in their offer their size status for this
procurement. All qualified responsible business sources may submit an
offer which shall be considered by the agency. Delivery to JSC is
required within 360 days ARO. Delivery shall be FOB Destination. The
DPAS rating for this procurement is DO-C9. Offers for the items(s)
described above may be mailed NASA Johnson space Center, 2101 NASA Road
1, Houston, TX 77058, Attn: Wendy Boudreaux, Mail Code BE13 by the
date/time specified above and include, 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 authorized company representative. Offerors
are encouraged to use the Standard Form 1449,
Solicitation/Contract/Order for Commercial Items form found at URL:
http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit a
offer. Offerors shall provide the information required by FAR 52.212-1.
If the end product(s) offered is other than domestic end product(s) as
defined in the clause entitled "Buy American Act -- Supplies," the
offeror shall so state and shall list the country of origin. FAR
52.212-4 is applicable. FAR 52.212-5 is applicable and the following
identified clauses are incorporated by reference; 52.203-6,
Restrictions on Subcontractor Sales to the Government (Jul 1995), with
Alternate I (Oct 1995); 52.203-10, Price or Fee Adjustment for Illegal
or Improper Activity (Jan 1997); 52.219-8, Utilization of Small
Business Concerns and Small Disadvantaged Business Concerns (Jun 1997);
52.219-9, Small, Small Disadvantaged and Women-Owned Small Business
Subcontracting Plan (Aug 1996); 52.219-14, Limitation on Subcontracting
(Dec 1996); 52.222-26, Equal Opportunity (Apr 1984); 52.222-35,
Affirmative Action for Special Disabled and Vietnam Era Veterans (Apr
1984); 52.222-37, Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era (Jan 1988); 52.225-3, Buy American Act --
Supplies (Jan 1994); 52.225-9, Buy American Act -- Trade Agreements Act
-- Balance of Payments Program (Jan 1996). Questions regarding this
acquisition must be submitted in writing no later than April 2, 1998.
Offers are due by close of business 4:30p.m. April 16, 1998 to the
identified office, marked with this RFO number. Selection and award
will be in accordance with FAR 52.212-2 with the following value
characteristics: 1) Screening level for internal parts -- describe what
grade of screening of electrical parts is being included in the
proposal. 2) Quality control for soldering and general assembly. 3)
Heritage of the design or similar designs -- provide a listing of which
vehicles the basic controller design has been used on before. 4)
Describe the company's experience in the field of aerospace motor
controllers and provide references to demonstrate ability to meet
schedules. 5) Ability to delivery sooner than the specified delivery
schedule. Technical acceptability will be determined by information
submitted by the offeror providing a description in sufficient detail
to show that the product offered meets the Government's requirement.
Offerors must include completed copies of the provision at 52.212-3,
Offeror Representations and Certifications -- Commercial Items with
their offer. These may be obtained via the internet at URL:
http://nais.nasa.gov/msfc/pub/reps_certs/midrange/. These
representations and certifications will be incorporated by reference in
any resultant contract. An ombudsman has been appointed -- See Internet
Note "B". Prospective offerors shall notify this office of their intent
to submit an offer. Potential offerors will be responsible for
downloading their own copy of this combination synopsis/solicitation
and amendments (if any). Any referenced notes can be viewed at the
following URL: http://genesis.gsfc.nasa.gov/nnotes.htm. (0085) Loren Data Corp. http://www.ld.com (SYN# 0172 19980331\16-0001.SOL)
16 - Aircraft Components and Accessories Index Page
|
|