Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2008 FBO #2361
SOURCES SOUGHT

A -- REQUEST FOR INFORMATION FOR NON-EXPLOSIVE ACTUATORS

Notice Date
5/12/2008
 
Notice Type
Sources Sought
 
NAICS
333995 — Fluid Power Cylinder and Actuator Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
RFI-KSC-NEA
 
Response Due
6/9/2008
 
Point of Contact
Christina L Williams, Contracting Officer, Phone 321-867-3017, Fax 321-867-1141
 
E-Mail Address
christina.l.williams@nasa.gov
 
Small Business Set-Aside
N/A
 
Description
IntroductionNational Aeronautics and Space Administration (NASA) invites potential offerors to submita response to this RFI to find interested and qualified sources and planning informationfor the design, development, and manufacture of a compressive-force release Non-ExplosiveActuator (NEA). The NEA will be utilized on Ground Support Equipment for theConstellation Program to allow T-0 separation of the flight side and ground sideumbilical plates. It is envisioned that this potential acquisition may ultimately result in the award of acompetitively awarded best value Indefinite Delivery/Indefinite Quantity (ID/IQ) contractbased.Stated below are the projected quantities that are envisioned to be needed. Approximately 4 will be needed within the next 6-12 months for testing and validation. 2010201120122013201420152016201720182019 TOTAL 16 8 16 16 16 16 16 24 24 24 160The Government will provide in its Request for Proposal a performance specification withGovernment Furnished Drawings.It will be incumbent upon each Offeror to determine thedrawings suitability for use.The intent of this Request for Information (RFI) is to obtain information from industryto assist Kennedy Space Center (KSC) in its acquisition development. NASA reserves theright to share all information received in response to this RFI throughout NASA and touse all information submitted in response to this RFI in NASAs formulation of asolicitation seeking competitive proposals. However, any submitted competition sensitivedata should be clearly marked and will not be shared outside of NASA. Althoughinformation contained herein represents current program content and acquisition planning,it is subject to change. Response to this RFI is requested within the context of thegeneral approach described in the following paragraphs.NEA OVERALL DESCRIPTIONThe size of the NEA shall be approximately 1.0 inch diameter and approximately 2.0 inchestall. It should contain male threads of approximately.375 inch diameter and will bethreaded into an aluminum plate. A 600lbf compressive force will applied to the pin orshaft.The NEA will release the compressive force upon receipt of a T-0 electricalsignal by allowing the pin or shaft to retract into itself. The shaft to which the loadis applied is approximately.200 diameter and will require a minimum stroke of.250. See Figure 1. Figure 1 Basic shape of NEAElectrical: The actuator shall release the load in less than 100 millisecondsafter receiving the electrical signal. It is requested that responses to this RFI includean appropriate/typical circuit for actuation of the NEAEnvironment: The NEA shall be sealed from an outdoor environment and shall bemade from a non-corrosive material.Reliability: Because of the critical nature of the separation of the umbilicalplates at liftoff, high reliability of the NEA is a primary concern.Premature Release: Possibly even more important than releasing the load whenelectrical signal is received is NOT releasing the load until the signal is given. SPECIFIC INFORMATION SOLICITEDResponders to this RFI are encouraged to comment on any of the foregoing and to expresstheir interest in this proposed acquisition by submitting the following information:1.Organization name, address, description of principal activity, primary point ofcontact and business size.2.Cost Rough Order of Magnitude (ROM) for each prototype, each production unitand estimated total program cost.3.Lead Times Describe lead times required for prototypes and productions units.4.Reliability Provide reliability/ failure rate data for similar types ofdevices.5.Experience Describe your experience in developing and producing NEA,as wellas what programs or customers have used the device. 6.Proposed/Representative actuation circuitRecommend an appropriate circuit foractuating the NEA device.RESPONSE INSTRUCTIONSThe requested responses are for information and planning purposes only. NASA does notintend to post information or questions received to any website or public accesslocation. NASA does not plan to respond to the individual responses. Feedback to thisRFI may be utilized in formulating the Governments acquisition strategy and documents.All responses should be provided in MS Word document format, both hard and electronicmedia.Font should be Times New Roman, size 12. Responses should not exceed 15 pagesand should reference RFI-KSC-NEA. Responses must be received no later than June 9,2008, to NASA/KSC Procurement Office, ATTN: OP-ES/Christina L. Williams, ContractingOfficer, Kennedy Space Flight Center, FL 32899.This preliminary information is being made available for planning purposes only, subjectto FAR Clause 52.215-3, entitled Solicitation for Information and Planning Purposes. It does not constitute a Request for Proposal, Invitation for Bid, or Request forQuotation, and it is not to be construed as a commitment by the Government to enter intoa contract. Moreover, the Government will not pay for the information submitted inresponse to this RFI, nor will the Government reimburse an Offeror for costs incurred toprepare responses to this RFI.No solicitation exists at this time; therefore, do not request a copy of thesolicitation. If a solicitation is released it will be synopsized in the FedBizOpps andon the NASA Acquisition Internet Services (NAIS). Firms that respond to this RFI will beplaced on any future mailing list for this acquisition. However, it is the potentialofferors responsibility to monitor these sites for the release of any solicitation orsynopsis. POINT OF CONTACTChristina L. WilliamsContracting OfficerNASA/KSC Procurement Office321-867-3017
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7e0fd6d4a20a91a3b250a66c702dc5b9&tab=core&_cview=1)
 
Record
SN01570866-W 20080514/080512215234-7e0fd6d4a20a91a3b250a66c702dc5b9 (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.