Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2006 FBO #1557
SOLICITATION NOTICE

66 -- DETAILED DESIGN AND PRECISION MANUFACTURE OF HIGH EFFICIENCY LONG-LIFE SPECIALTY WATER COOLED RF INDUCTIVE COIL ASSEMBLIES.

Notice Date
2/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
4200138286
 
Response Due
3/22/2006
 
Archive Date
2/28/2007
 
Description
NASA/MSFC plans to issue a Request for proposals (RFP) for the following item: Radio Frequency Induction Coil. NOTE: First, read specs below and if interested contact the buyer for performance dwgs. The drawings would not upload to this site. Description: Detailed design and precision manufacture of high efficiency long life specialty water cooled RF inductive coil assemblies. These units shall be suitable for operation in a pure nitrogen environment with external pressures up to 1100 psi and heated part temperatures to 3100 K. Material: Copper and other materials suitable for vacuum and high pressure nitrogen atmosphere operation. Items: 1) 4 x RF assemblies composed of inductor coils capable of producing specified linearly increasing power distributions. 2) Magnetic or other RF shielding component to minimize coupling to surrounding supports. 3) Internal Busswork to connect coil assemblies to the test chamber feed through. Delivery: 12 to 16 weeks after receipt of order (ARO) Source: Selection shall be based on lowest cost technically acceptable offer. RF Induction Coil and Network Specification: It is required that four RF inductive coil assemblies be designed and fabricated for multiple cycle operation while being exposed to high heated part temperatures (up to 3100 K) The coil assemblies shall have end to end power gradients of 1:1, 1:2, 1:4, and 1:8 and shall have a working length of 10 inches. The heated part is tubular with a circular cross-section typically 0.5 inch outside diameter. Typical part materials include graphite, cermets, and heavy metal carbides with electrical resistivity curves given in Figures 1 and 2 (Must be requested). The vendor shall have sufficient RF inductive heating system design experience and 2-Dimensional electromagnetic modeling capabilities to thoroughly detail the performance of these assemblies for both nominal and off nominal operations. Prior to initiating fabrication, the performance estimates and 2-D modeling (with assumptions) shall be provided to the MSFC end user for review and approval. Once approved, the Vendor may proceed with manufacturing and test evaluation of the RF coil assemblies. Vendor shall state (describe) relevant experience, capability and manufacturing specifications/guidelines in their response. End item performance requirements: 1. Efficiency ? the RF inductive coil assemblies and buss work shall be designed to be as efficient as possible in (a)Coupling to the heated part, and (b)Making use of available power to satisfy the required applied power levels. The frequency range for the RF power supply for this application is 30 to 100 kHz. 2. Thermal Environment ? the RF inductive coils shall be capable of withstanding at least 300 operational cycles (with each cycle lasting one to two hours) while heating the test part to temperatures of approximately 3100 K. The final design (to be performed during execution of the purchase order) shall dictate the final gap width between the heated test part surface and the inner diameter of the inductive coil. The design shall place the coil as far from the heated surface as possible to minimize thermal losses through the insulation yet sufficiently close to achieve acceptable inductive coupling. The design shall also include sight holes through the coil to the surface of the test part to allow temperature measurements to be made using optical pyrometers. Overall, there shall be five sight holes spaced 2 1/16? apart with the center sight hole offset 45? from the others as illustrated in Figure 3 (To be provided). The details of these sight holes shall be discussed with MSFC as part of the final design. 3. Materials and Environment: The RF inductive coil assemblies shall be used in a test chamber capable of both vacuum or high pressure (up to 1100 PSI) purified nitrogen/hydrogen atmosphere. Contamination is a concern, therefore, only materials suitable for vacuum and exposure to high temperature nitrogen/hydrogen are suitable for use. The coil assemblies must be manufactured in such a way as to minimize the potential for trapped material impurities or gas pockets which could continually outgas during test operations. 4. Cooling ? the RF inductive coil system and buss work shall make use of cooling water supplied at the RF power supply (water supply is not part of this procurement) 5. Internal Busswork ? all busswork between the inductive coils and test chamber feed through shall be designed and fabricated. The coil position within the test chamber shall be discussed with MSFC but is not expected to be more then 2 feet from the feed-through. The design shall include any structural support points/hardware to position the RF coil within the test chamber (with electrical isolation). 6. Power Distribution ? each RF coil shall provide a given linear power gradient across its length with respective values of 1:1 (uniform), 1:2, 1:4, and 1:8. The power variation shall be within +/-5% of the linear profile with minimal power tilting at either end. The power deposition shall also be symmetric about the full circumference. Additionally, the linear gradients requirements on each coil shall be maintained regardless of the actual total power level the RF coil is operated; covering a total power range of at least 1kW to 125 kW in the part. 7. Mutual inductance and Interference ? there shall be provisions to minimize the RF coils from coupling to the support structure. This is necessary to maintain the power level and distribution into the part and alleviate heating of the structural elements. The vendor should use a cost effective method which shall be suitable to all four coil types. The materials shall be compatible with vacuum and high pressure nitrogen/hydrogen operation. 8. Leak Checking ? No leaks can be tolerated within the test chamber, therefore, all connections must be welded or brazed. No low temperature silver solder joints or brazes are allowed since a thermal soak back condition during power out) could re-melt these joints and introduce high pressure gas into the water system (or fill the test chamber with water if at low operating pressure). These assemblies shall be checked with a helium mass spectrometer leak detector with a sensitivity capable of detecting leaks rates of 1x 10-10 std-cc/sec of helium or lower. Final acceptance and packaging ? documentation shall be generated regarding the design performance with results of 2-dimensional analysis, hardware layout, hook-up and operation and provided to MSFC for final review/acceptance. The complete RF inductive coil assemblies, test chamber feed-throughs and busswork / sensors shall be packaged in a manner to prevent damage or contamination and shipped to MSFC. The anticipated release date of RFQ 4200138286 is on 2/28/2006 with an anticipated proposal due date of 3/22/2006. All responsible sources may submit a quotation which shall be considered by the agency. An ombudsman has been appointed. See NASA Specific Note "B". The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/MSFC Business Opportunities page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62 Prospective offerors shall notify this office of their intent to submit an offer and request referenced drawings. It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes may be viewed at the URLs linked below. All contractual and technical questions must be submitted in writing to: Procurement Office, Marshall Space Flight Center, ATTN: PS51 (S.Stewart), MSFC, AL 35812 or by e-mail to: stephen.s.stewart@nasa.gov not later than 3/10/2006. Telephone questions will not be accepted.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62#119143)
 
Record
SN00996434-W 20060302/060228213902 (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  © 1994-2020, Loren Data Corp.