Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 9,1998 PSA#2133

NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BE

18 -- DEVELOPMENT OF AEROGEL-BASED INSULATION FOR CRYOGENIC FEEDSYSTEMS SOL 9-BE13-18-8-37P DUE 072498 POC Yolande B. Harden, Contracting Officer, Phone (281) 483-9953, Fax (281) 244-5337, Email yolande.b.harden1@jsc.nasa.gov -- Yolande B. Harden, Contracting Officer, Phone (281) 483-9953, Fax (281) 244-5337, Email yolande.b.harden1@jsc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/JSC/date.html#9-BE13-18-8-37P. E-MAIL: Yolande B. Harden, yolande.b.harden1@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. FAR Subpart 13.5 test program is also applicable. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). NASA/JSC has a requirement for the development of an aerogel-based insulation system that is suitable for insulating a cryogenic oxygen feedsystem consisting of fluid piping, fittings, and flow control valves. The effort shall be conducted in two phases. The feedsystem is part of the Shuttle propellant system that must endure launch pressure profile, on-orbit vacuum conditions and re-entry pressure profile for 100 cycles inside the thermal environment of the OMS pod, assumed to range in temperature from 255 K to 328 K (0 F to 130 F). The insulation shall endure a humid ambient pressure environment during maintenance and propellant loading of the system, vibrational ascent loads during launch, re-entry, and on-ground hold periods during which moisture will condense on the surface of the insulation. Vibration load environment for the insulation is as follows: Axis: -- ; Time (min): -- ;Frequency (Hz): 20 to 180; Slope (dB/oct):+3; Constant level(g2/Hz): -- ; Grms: -- Axis: x,y,z; Time (min): 48;Frequency (Hz): 180 to 900; Slope (dB/oct): -- ; Constant level(g2/Hz):0.80; Grms: 32.3 Axis: -- ; Time (min): -- ;Frequency (Hz): 900 to 2000; Slope (dB/oct):-6; Constant level(g2/Hz): -- ; Grms: -- The insulation shall have the capability to endure 100 thermal cycles from ambient to cryogen propellant temperatures as well as the pressure profile cycle noted above. Phase I The contractor shall produce samples of various aerogel composites that are thermally tested to determine their thermal conductivities (k values) using an accepted test standard such as the ASTM C177 thermal test. The samples shall be basic aerogel with various materials added to increase the strength and ductility of the inherently fragile aerogel without significantly increasing the thermal conductivity of the final aerogel composite. The materials to be added and the process used to produce the final samples is the contractor s discretion. The additive materials shall be selected, proportioned, and produced using the following criteria: 1. Increase the material strength of the aerogel composite; 2. Increase moisture resistance to minimize structural damage and minimize moisture related maintenance or aerogel composite; 3. Minimize the solid conduction heat transfer mode of the aerogel composite; 4. Minimize the gaseous conduction heat transfer mode of the aerogel composite; 5. Minimize the radiative heat transfer mode of the aerogel composite; 6. The final composite shall be sufficiently robust such that it can withstand normal handling; 7. Have compatibility inan oxygen rich environment. The thermal performance goal shall be to achieve thermal conductivity of no greater than a 15% increase in k value over basic monolithic aerogel in an ambient pressure environment. The k value at ambient is defined to be 1.50e-02 W/(m7K) [8.67e-03 BTU/(ft7hr7R)] with a cold side and hot side temperature of 77 and 300 K [-320 and 80 F], respectively. The goal for thermal performance in vacuum condition is a k value of 3.54e-04 W/(m7K) [2.05-04 BTU/(ft7hr7R)] A report shall be generated which documents the methodology utilized to select various additives, weight ratio of additive to aerogel, success of the aerogel composite in meeting the criteria stated above, and the results of thermal testing on the various samples as well as the rationale to down-select to the final candidate aerogel composite to fabricate the feedline insulation. Phase II The Government will provide a feedline system which includes sections of straight piping, bends and fittings, and a flow control solenoid valve so that aerogel insulation shells may be fabricated by the contractor to insulate the entire feedsystem. The length of the feedline system shall be no more than 4.6 m (15 ft) with line diameter of 3.18 cm (1.25 in) with slight variations in line diameter due to fittings. Approximate dimensions of the valve are a cylinder 10.2 cm (4 in) in length with a diameter of 6.35 cm (2.5 in). The aerogel composite shall be used to fabricate an insulation shell of a uniform thickness (thickness TBD) around the pipes, fittings, and valve that can be easily and reliably installed on the feedline. The insulation system shall accommodate the possibility of removing a section of the insulation to allow repair of feedline components followed by re-installation of the insulation without creating excessive contaminates while the feedline is in a flight vehicle. The contract deliverables shall consist of the feedline system with the aerogel insulation applied to the feedlines and the procedures used to install the insulation. The insulation system shall incorporate a coating or surface treatments which protects the aerogel from moisture induced damage and provides additional strength and chipping resistance to the insulation. The insulation system shall meet the following criteria: 1. Demonstrate compatibility of insulation system with an oxygen rich environment; 2. Demonstrate ability to remove insulation at a specific section of the feedline and subsequent re-installation of insulation after repairs have been made to feedline component; 3. Demonstrate the capability to maintain effectiveness of insulation in a humid environment. Testing shall be conducted to demonstrate that the insulation system satisfies requirements stated above. The provisions and clauses in the RFQ are those in effect through FAC 97-04. The SIC code and the small business size standard for this procurement are 3769 and 1000 employees, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. All work under Phase I shall be completed not later than November 30, 1998. The period of performance for the Phase II effort is 9 months ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above may be mailed or faxed to the identified point of contact, by the date/time specified 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. Quoters 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 quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. 52.222-3 Convict Labor; 52.233-3 Protest After Award; 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.219-14 Limitation on Subcontracting; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37 Employment Reportson Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act -- Supplies. Questions regarding this acquisition must be submitted in writing no later than July 10, 1998. Quotations are due by July 24, 1998 to the address specified above Evaluation of offers will be conducted in accordance with FAR Subpart 13.106. Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, price and past performance. For selection purposes, technical, price and past performance are essentially equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b). Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See Internet Note "B". It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Posted 07/07/98. (0188)

Loren Data Corp. http://www.ld.com (SYN# 0321 19980709\18-0001.SOL)


18 - Space Vehicles Index Page