Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2011 FBO #3382
SOURCES SOUGHT

30 -- NASA DOCKING SYSTEM ELECTROMECHANICAL COMPONENT DEVELOPMENT

Notice Date
2/25/2011
 
Notice Type
Sources Sought
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ11022211L
 
Response Due
3/11/2011
 
Archive Date
2/25/2012
 
Point of Contact
Jonathan P. Prihoda, Contract Specialist, Phone 281-244-6959, Fax 281-483-4173, Email jonathan.p.prihoda@nasa.gov - Andrea R. Falls, Contracting Officer, Phone 281-483-1862, Fax 281-483-4173, Email andrea.r.falls@nasa.gov
 
E-Mail Address
Jonathan P. Prihoda
(jonathan.p.prihoda@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/JSC is hereby soliciting information about potential sources for NASA DockingSystem Electromechanical Component Delivery.No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sitesfor the release of any solicitation or synopsis.This notice issued by the National Aeronautics & Space Administration/Johnson SpaceCenter (NASA/JSC) is a Request for Information (RFI) to solicit responses from partiesinterested in providing services for the NASA Docking System (NDS). This preliminaryinformation is being made available for planning purposes only, subject to FAR Clause52.215-3, entitled 'Request for Information or Solicitation for Planning Purposes.' Itdoes not constitute a Request for Proposal, Invitation for Bid, or Request for Quotation,and is not to be construed as a commitment by the Government to enter into a contract.This document is for information and planning purposes to allow industry the opportunityto verify reasonableness and feasibility of the requirement, as well as promotecompetition. NASA is planning to select a development contractor to work with NASA on thespecification and development of several components for the NASA Docking System. TheGovernment is providing current as-is specifications in this RFI with an expectation thatthe one or more selected contractors will work with NASA to finalize the detailedspecification to begin a detailed design and development effort. The contractor willproduce a design that meets the specifications (with design review), and produceprototype hardware for an engineering development unit that will be tested by NASA. Thecomponents to be developed are 1) Dual Motor Torque Summed Linear ElectromechanicalActuator (EMA) with Resolver Feedback, 2) Magnet with Dual Windings and Striker Plate, 3)Hook EMA and Gearhead, 4) Separation EMA, 5) Umbilical EMA, and 6) Lockdown EMA. Under the future contract the contractor will be responsible for finalizing thespecifications for the six components with NASA, designing the components with associatedreviews, and fabrication of the components. The components will be required to survivelaunch vehicle ascent and low earth orbit environments that are described in theassociated component specification. The specifications can be found in the documentlibrary. The following is a high level description of each component.Dual Motor Torque Summed Linear EMA with Resolver Feedback:The linear, Electromechanical Actuator (EMA) with resolver feedback will operate as aservo-controlled mechanism (Stewart platform) in a new generation spacecraft dockingsystem. During operation only one of the dual motors will be powered on at a time.The linear EMA has a minimum extended length of approximately 33 inches and a retractedlength of approximately 20 inches. It will cycle in both directions, at variousvelocities, from holding (no velocity) to slow speed to higher velocity. A minimumvelocity of 3.5 inches/second and a minimum acceleration of 200 inches/second2 arerequired under no load. The linear EMA provides a peak dynamic force of 115 lbf. Theutilization voltage is 22 VDC minimum (28V nominal) and peak current available is 6 ampsper motor. The performance must be met with one motor shorted. Power and data feedbackconnections are through shielded pair cables or pigtails approximately 13 feet long. See specification SLZ2901640 for a depiction of Linear EMA. Magnet with Dual Windings and Striker PlateThe magnet will be made from a low carbon magnetic iron and is plated with electrolessnickel. It shall be approximately 2.5 inches in diameter by 2 inches high. It alsocontains dual-windings, shielded pair cables or pigtails approximately 20 feet long. The striker plate will be made from a low carbon magnetic iron and is plated withelectroless nickel. The striker plate is 2.75 inches in diameter by less than 0.5 incheshigh. See specification SLZ2901641 for a depiction of the Magnet and Striker Plate..Hook EMA and Gear headThe Hook EMAs receive power from the docking system controllers as specified is SpecSLZ2901646 and drive the structural hooks closed to complete the docking event. Thedrive train will consist of the Hook EMAs which rotate flex shafts which providerotational input (through splines) to the gearheads. The gearheads provide rotationalinput to hook assemblies which contain the actual hooks and over-center devices. Seespecification SLZ2901646 for a depiction of Hook EMA. Separation EMAThe separation EMA system consists of 3 independent Separation EMAs located 120 degreesapart around the periphery of the docking system. These Separator EMAs consist of motors(2 independent, brush DC, for redundancy) in a velocity-summed configuration, brakes,gearing, a spring/plunger and instrumentation.During docking, after the structuralhooks are driven providing a structural interface between docking vehicles, theSeparation EMAs will be actuated, causing the springs/plungers to be charged, creating aseparation load between the vehicles. When the structural hooks are driven open forundocking, the Separation EMAs (springs/plungers) extend, pushing the vehicles apart. Each Separation EMA must provide approximately 240 lbs of separation force, and mustweigh less than 3.2 pounds. See specification SLZ2901648 for a depiction of theSeparation EMA.Umbilical EMAThe Umbilical EMA System consists of 2 independent Umbilical EMAs located 180 degreesapart around the periphery of the docking system. These Umbilical EMAs consist of motors(2 independent, brush DC, for redundancy) in a velocity-summed configuration, brakes,gearing, an electrical connector, and instrumentation.During docking, after thestructural hooks are driven providing a structural interface between docking vehicles,the Umbilical EMAs will be actuated, mating the electrical connectors across the vehicleinterface allowing the transfer of power and data between vehicles. Prior to undocking,the Umbilical EMAs will be driven to retract and demate the connectors. Each UmbilicalEMA must provide approximately 340 lbs of engagement force over a stroke of approximately2 inches and weigh less than approximately 7.4 pounds.See specification SLZ2901649 fora depiction of the Umbilical EMAs.Lockdown EMA The Lockdown EMA system consists of 3 independent Lockdown EMAs located 120 degrees apartaround the ID of the docking system tunnel. These Lockdown EMAs consist of motors (2independent, brush DC, for redundancy) in a velocity-summed configuration, brakes, andgearing. The primary function of the Lockdown System is to provide structural rigidityto the Soft Capture System (i.e., Stewart Platform) by providing a structural ground tothe Hard Capture System (i.e., structure) during ascent and on-orbit operations. TheLockdown EMA will be integrated with NASA provided mechanism components through a splineinterface to achieve the locking function. See specification SLZ2901643 for a depictionof lockdown EMAs. The Lockdown EMAs will be required to survive launch vehicle ascentand low earth orbit environments.Information RequestedInterested companies having the required specialized capabilities to meet all of theabove requirements should submit a company name, location, company size standard,contracting representative point of contact, DUNS number, and capability statementindicating their ability to perform all aspects of the effort described in the RFI. Questions should be submitted in writing to: Jason Weeks, Jason.weeks-1@nasa.gov andRenee Falls, Andrea.r.falls@nasa.gov.In addition, your submission should include a response to the following items: 1. Identify areas of concern with the specifications and how your company can mitigatethe concerns.2. What ideas or suggestions do you have to develop the specification such that it can beused in the Design, Development, Test & Evaluation phase?3. Based on the attached draft specifications, please provide an estimate of the timerequired to obtain a final specification.4. Provide a rough delivery schedule for the following number of Engineering DevelopmentUnits (i.e., not flight) assuming a successful CDR.Linear EMAs17 eachRotary EMAs and Gearheads5 each and 30 each respectivelyLockdown EMAs6 eachUmbilical EMAs5 eachSeparator EMAs6 eachMagnet/Strikers 10 each5. Provide a rough delivery schedule for the following number of flight unitsLinear EMAs 37 eachRotary EMAs and Gearheads15 each and 67 eachLockdown EMAs19 eachUmbilical EMAs16 eachSeparator EMAs19 eachMagnet/Strikers 19 eachBased on the submissions, the Government may elect to conduct one-on-one discussions withrespondents. This may include visits to contractors facilities.Again, this is a request for information only. NASA will not pay for any informationsolicited. No evaluation letters and/or results will be issued to the respondents. Nosolicitation exists; therefore do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sites forthe release of any solicitation or synopsis.To see the specifications mentioned in this RFI, please follow the following link toreach the JSC website and click on the technical librarylink.http://procurement.jsc.nasa.gov/dsemcd/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ11022211L/listing.html)
 
Record
SN02388348-W 20110227/110225234727-608c977da66cfee1f4f36bbe26943217 (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.