COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 27, 2000 PSA #2734
SOLICITATIONS
59 -- DESIGN SUPPORT FOR HIGH VOLTAGE PACKAGING
- Notice Date
- November 22, 2000
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- RFQ3-161100
- Response Due
- December 7, 2000
- Point of Contact
- Timothy M. Bober, Contract Specialist, Phone (216) 433-2764, Fax (216) 433-2480, Email Timothy.M.Bober@grc.nasa.gov
- E-Mail Address
- Timothy M. Bober (Timothy.M.Bober@grc.nasa.gov)
- Description
- 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). This contract is for the completion of Task 1. Optional Task 2 will be exercised at the Government's discretion within 60 days from the completion of Task 1 and the availability of funds for Task 2. NASA is developing a plan to build a Re-useable Launch Vehicle (RLV) to replace the space shuttle within the next 10 years. The goals are to make the RLV 10 times cheaper to build and operate and 100 times safer than the existing shuttle. The primary electric power system is being studied to determine safer and more economic designs. Primary Electric Power System: Electric circuit transient power estimates for the next generation RLV range from 40 to over 200 horsepower. Space-flight rated power systems that withstand such transients do not exist. Distribution voltages are expected to be from 300 to 600 volts. These high voltages will cause disruptive discharge during ascent and descent maneuvers unless special packaging concepts are developed. Power Distribution Unit (PDU): The Glenn Research Center proposes to design, build, and test a power distribution unit that will control the power delivered to large transient electrical loads. The PDU will house current-limiting power controllers that receive command and control signals from a remote source over a digital communication network. Each power controller will be rated for 20 amperes capacity. Power controllers can be connected in parallel to increase the current-limiting capacity. An external connector module will control the parallel configuration. The PDU will supply the power controllers from either one of two main busses. Transfer switches will control which bus is selected. The PDU itself will be modular using an input module for the two supply busses, their transfer switches, and fuses; a power controller cage to house five power controller modules; and a distribution module to configure the outputs of the power controllers. These three PDU modules will control 100 amperes current at the system distribution voltage. Additional groups of these three modules can be added to further increase the current distribution capacity. The contractor shall work with the NASA/GRC design team to design high-voltage distribution systems for re-useable launch vehicles. The systems shall consist of Power Distribution Units (PDU's) and the external wiring that connects these units together. All components shall be designed to operate together in a re-useable launch vehicle environment assumed to be the same as existing shuttles. Systems shall be specified for use at 300 volts and 600 volts. Maximum practical distribution voltage shall be determined. Services shall be for: TASK 1: PDU PACKAGING The contractor shall specify all of the design features that preclude corona and disruptive discharge within the mechanical modules that constitute the PDU. Nominal working voltages shall be 300 and 600 volts DC. The contractor shall determine a practical upper limit for PDU internal working voltage. Consultant shall build proof-of-concept circuits that will be used in the final PDU prototype and test them. 1) Circuits shall be current limiting type capable of being paralleled to increase current limit capacity. Individual current limiting circuits shall limit at 10 amps or greater. 2) Circuits shall use modular voltage reducing stages to accommodate 150 volt operation using a single stage, 300volt operation by connecting two stages in series, and 600 volt operation by connecting three stages in series. 3) Consultant shall specify and implement I/O protocols for operating the circuits. Deliverables: Five proof-of-concept circuit boards. The consultant shall summarize the work performed in a written report. The report topics shall include as a minimum: 1) Summary of the recommended designs and components including rationales for the recommendations. 2) Calculations and supporting analyses. 3) Test results Schedule: The period of performance for this task shall not exceed 3 months from award of contract. OPTIONAL TASK 2: The contractor shall build a prototype PDU for testing at NASA/GRC. PDU shall be built per the design features developed in Task 1. PDU shall be for the operating conditions in Task 1. PDU shall house at least 4 of the circuit boards designed in Task 1. PDU shall accommodate paralleling circuit boards by external connection. PDU shall accommodate configuring the circuit boards as stand-alone current-limiting stages or as voltage reducing stages combined with a current-limiting stage. All design and operational features shall be tested before delivering the PDU to NASA. Deliverables: One PDU with circuit boards. Bimonthly progress report. The consultant shall summarize the work performed in a written report. The report topics shall include as a minimum: 1) Summary of the recommended designs and components including rationales or the recommendations. 2) Calculations and supporting analyses. 3) Test results 4) Mechanical drawings showing assembly and subassembly details. Schedule: The period of performance for this task shall not exceed 6 months from authority to proceed. The provisions and clauses in the RFQ are those in effect through FAC 97-20. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 541330 and 500, 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. The period of performance shall not exceed three months after award date. Delivery to GRC is required. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-09. Quotations for the items(s) described above are due by 12/07/2000 and may be mailed or faxed to Timothy M. Bober NASA/Glenn Research Center 21000 Brookpark Road, Mail Stop 500-306 Cleveland, Ohio 44135. Fax Number (216) 433-2480 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/Forms/Index.html to submit a quotation. 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/ The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions regarding this acquisition must be submitted in writing no later than 10/29/2000 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; other critical requirements (i.e., delivery) if so stated in the RFQ will also be considered. Unless otherwise stated in the solicitation, 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 NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=22 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
- Web Link
- Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=22#RFQ3-161100)
- Record
- Loren Data Corp. 20001127/59SOL006.HTM (D-327 SN5073C0)
| 59 - Electrical and Electronic Equipment Components Index
|
Issue Index |
Created on November 22, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|