Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2005 FBO #1228
SOURCES SOUGHT

99 -- MINI-AERCAM COLD GAS THRUSTER VALVE

Notice Date
4/5/2005
 
Notice Type
Sources Sought
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ05MCGTV
 
Response Due
4/12/2005
 
Archive Date
4/5/2006
 
Description
NASA/JSC is hereby soliciting information about potential sources for a miniature cold-gas thruster valve, for use on the Mini-AERCam Engineering Development Unit (EU). The EU is the flight prototype for a free-flying robotic camera platform, conceived as a second-generation version of the SPRINT vehicle that was flown on STS87 in 1997. Mini-AERCam is a highly integrated/miniaturized vehicle, combining three cameras, GPS, propulsion, power, avionics, communications, video compression and illumination subsystems inside an 8-inch sphere. These valve specifications are intended to provide enough detail to give prospective suppliers a starting point for design, or for comparison to existing hardware. These thruster valves provide proof of the prospective vendor?s capability to design and deliver hardware that is suitable for subsequent qualification for flight. Some adjustments may be made, depending on cost, schedule, and performance attributes. The desired delivery date for 15 ground-test-only units is 4 months from contract approval, approximately late August 2005. Prospective suppliers are encouraged to make suggestions for modifying this proposed SOW, to streamline delivery and reduce costs where appropriate. Valve Specifications: The minimum flow shall be equivalent to a square edged orifice, diameter of 0.034 inches and Cd of 0.65. Materials shall be compatible with gaseous Nitrogen and Xenon. Minimum stall pressure shall be 200 psig at 160 deg F and 20 Vdc. Drop-out voltage shall be less than < 4.5 Vdc at 100 psig. The valve shall operate from 19 to 30 volts DC for pull-in and be compatible with pulse-width modulation for hold-in with a 50% duty cycle at 1khz. A maximum voltage of 35 volts shall not damage the valve. The minimum coil resistance shall be 28 ohms. Opening and closing response shall each be less than 3.0 ms at 100 psig inlet. Internal and external leakage shall each not exceed 0.1 sccm at 100 psig. The valve shall be capable of completing a minimum of 20,000 cycles. Minimum proof pressure shall be 300 psig and minimum burst pressure shall be 600 psig. Wiring shall conform to MIL-W-22759 specification, 28 or 30 gauge, with shielding per MIL-C-27500. The valve shall perform nominally after exposure to the following vibration environment (unpressurized): GRMS 6.1 (20 - 80 HZ at +3 db/octave 80 - 350 Hz at .067 g2/hz constant 350 - 2000 Hz at -3 db/octave). The duration is 5 minutes per 3 axes. Demonstration can be by test, analysis, or assessment. Fluid connection shall be cartridge-style; using O-rings per figure 1 and envelope shall not exceed Figure 1. The valve shall be capable of operating in an environment from 0 deg F to 160 deg F. The minimum cleanliness shall be per MIL-STD-1246 Level 200 or equivalent. The valve shall have inlet filtration to protect against system assembly induced contamination. Acceptance data shall be provided; data sheet format is acceptable. NASA shall approve all drawings, materials, deviations, test procedures and test stand schematic prior to testing. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; 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 each procurement; and point of contact - address and phone number). Technical questions should be directed to: Joseph Studak (281) 483-9029 or joseph.w.studak@nasa.gov. Procurement related questions should be directed to: Wendy Stone (281) 244-6459 or wendy.e.stone@nasa.gov. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to Joseph Studak no later than April 12, 2005. Please reference NNJ05MCGTV in any response. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#114882)
 
Record
SN00782445-W 20050407/050405213247 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.