Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
SOURCES SOUGHT

A -- SPACE QUALIFIED OPTICAL ENCODERS

Notice Date
5/1/2012
 
Notice Type
Sources Sought
 
NAICS
927110 — Space Research and Technology
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
472-04-27-2012
 
Response Due
7/1/2012
 
Archive Date
5/1/2013
 
Point of Contact
Audie Chesley, Contracting Officer, Phone 240-684-0630, Fax 240-684-0666, Email audie.g.chesley@nasa.gov - ELIZABETH A PARK, JPSS INSTRUMENT SYSTEMS MANAGER, Phone 540-684-0879, Fax 240-684-0860, Email ELIZABETH.A.PARK@NASA.GOV
 
E-Mail Address
Audie Chesley
(audie.g.chesley@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI)Introduction:This is a Request for Information (RFI) only and does not constitute a commitment,implied or otherwise, that the National Aeronautics and Space Administration (NASA) willtake any procurement action in this matter. Further, neither NASA nor the Governmentgenerally will be responsible for any cost incurred in furnishing this information. TheNASA Goddard Space Flight Center (GSFC) is currently seeking potential vendors capable ofdelivering a qualified optical encoder and additional copies for the Joint PolarSatellite System (JPSS) and future NASA Goddard projects. JPSS is a joint NASA andNational Oceanic and Atmospheric Administration (NOAA) program that provides data forclimate and weather forecasting. This RFI is to solicit specific capability information from industry for this criticaltechnology. This RFI is being used to gather market research for NASA to make decisionsregarding procurement strategies for the development of space-qualified optical encoders.Background:NASA anticipates several future JPSS missions which will require instruments similar tothose presently under development for the JPSS-1 mission. Several of those instruments,and many other NASA missions, utilize optical encoders. Over the past decade, theprocurement of these encoders has resulted in numerous schedule delays, cost overruns andthe acceptance of flight risks as a result of inadequate design implementation,electronic parts obsolescence and workmanship issues in the delivered products. Thedevelopment of a reliable, cost-effective optical encoder built to the demanding missionassurance standards required to ensure the safety of NASA missions is essential to thesuccess of JPSS and future NASA missions. An investment in this technology is beingconsidered as risk mitigation for JPSS. There exist several optical encoder vendors, butvery few offer a qualified design acceptable for space flight.This RFI is intended tohelp NASA understand the challenges and opportunities associated with the development ofa suitable optical encoder. Development of this qualified encoder would be done under aNASA contract; however, it is highly likely that, as part of this contract performance,the encoder vendor would need to engage in technical discussions with various JPSSinstrument suppliers such as Exelis, Raytheon Space and Airborne Systems (RSAS), and BallAerospace Technology Corporation (BATC).Potential suppliers of this technology should further understand that NASA may ultimatelyrequire more than just the delivery of an encoder or multiple unit copies. NASA wouldprefer a vendor capable of installing and aligning the encoder to a motor/bearingassembly that would be provided by an Instrument Supplier. Therefore, NASA is seeking asupplier that can both deliver qualified optical encoders and can be entrusted with NASAflight pedigree motor and bearing hardware (and associated design information) to design,install, and align the encoder. For JPSS, the encoder vendor may be required to installthe slip ring assembly within their encoder housing. Technology Description:The following is a general system description of an encoder relevant to our application. A space qualified cross-track optical encoder would likely consist of a glass code diskand hub assembly; a read station assembly comprised of light sources, photocells, circuitcard assembly (CCA) and dust cover; and a remote CCA containing the interpolationelectronics. Alternative design concepts are welcomed. The encoder would provide themounting and electrical interfaces for a Government supplied slip ring assembly. It isimperative that the encoder operate within specification over the full 360 degreerotation in either a clockwise or counterclockwise direction. Respondents should assumethere will be stringent pointing requirements which will require the encoder to supply 17bits (48 microradians) during operation at high speeds which for the purposes of this RFIcan be assumed are 600 deg/sec and accelerations up to 50,000 deg/sec^2; and 21 bits (3microradians) at an assumed reduced operating speed of ≤ 45 deg/sec. The resolutionspecifications should allow the position for any resolved shaft angle to be within 100μradians of the true shaft angle relative to the Index position. The ability toinitially locate the index position of the shaft (zero position) must be accomplishedupon motor startup by limiting bidirectional shaft angular velocities from zero toπ/8 radian per second (22.5 degree/sec).The total mass of the encoder assembly including a remote CCA (and redundancy) should beless than 4 lbs. The total mass of the optical unit portion of the encoder should beminimized. The total steady-state power consumed by the encoder should be less than 5Watts at end of life (EOL). It will need to have redundant electronics with temperaturesensors and a Built-In-Test capability looking for erroneous position reporting that isimplemented per revolution of operation. Additional electrical interface, thermaldissipation, mechanical and vibrational testing performance requirements as well asmaterials and parts, workmanship, and EMI/EMC and radiation requirements will bespecified at a later date either by the instrument vendor or the government; however, thetest program will be based on GSFC-STD-7000 and the Mission Assurance requirements willbe based on the Instrument Mission Assurance Requirements (JPSS Document 472-00026). Both should be reviewed and considered in your responses.Conceptual Schedule:ATP-Oct 2012, SRR-Jan 2013, PDR-Apr 2013, CDR-Sep 2013, PER-Mar 2014, and PSR-Jul 2014Schedule Figure Acronyms:ATP, authorization to proceedCDR, critical design reviewSRR, system requirement reviewPER, pre-environmental test reviewPDR, preliminary design reviewPSR, pre-shipment reviewRFI Instructions:NASA does not require the submission of proprietary data, and in fact prefers thatresponses not include such data if not deemed necessary by the respondent. Anyproprietary information that is provided must be appropriately marked where applicable.This RFI is for information and planning purposes only and it is not to be construed as acommitment by the Government, nor will the Government pay for the information submittedin response. It is anticipated that NASA/GSFC will proceed with a future procurement andis seeking capabilities from all potential sources. However, this RFI does not commit theGovernment to future funding opportunities from NASA nor is it to be construed as acommitment by the Government to enter into a contractual agreement. Respondents will notbe notified of the results. As part of its assessment of industry capabilities, theNASA/GSFC may contact respondents to this RFI if clarifications or further informationare needed. Capability statements shall be submitted to the points of contact listed below and mustbe received by 1 July 2012, no later than 5:00 p.m. Eastern Time. Capability statementsmay be submitted electronically via email, by fax, or by regular mail to the followingpoint of contact. PDF Format is preferred. Questions and comments are welcome. Email communication is preferred. Points of Contact: Technical Contact:Name: Elizabeth Park, JPSS Instrument Systems ManagerPhone: 240-684-0879; Fax:240-684-0860Email: Elizabeth.a.park@nasa.gov Contracting/Procurement Contact:Name: Audie Chesley, Contracting OfficerPhone: 240-684-0630; Fax: 240-684-0635Email:Audie.G.Chesley@nasa.gov Any potential solicitation and any documents related to this effort will be availableover the Internet. These documents will reside on a World Wide Web (WWW) server, whichmay be accessed using a WWW browser application. The Internet site, or URL, for theNASA/GSFC Business Opportunities home page ishttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51. It is the offerorsresponsibility to monitor the Internet site for the release of the solicitation andamendments (if any). Potential offerors will be responsible for downloading their owncopy of the solicitation and amendments, if any.Special Considerations:It should be noted that the organizations that participate in this effort must abide byInternational Traffic in Arms Regulations (ITAR) restrictions.Foreign companies areencouraged to respond to the RFI. ITAR protections and necessary agreements would be putin place were future procurements to occur.Responding to this RFI:RFI responses must include:Name of the primary point of contact for the responseAcademic faculty or business titleInstitution or organization affiliationEmail addressPhoneIdentification of other key individuals who collaborated on the RFI responseA brief summary (500 word limit) description of your organization to include corecompetencies, previous Government contracts, size, education statistics, skills, etc., that is relevant to NASA understanding the industrial base related to this technologyFor planning purposes, we are requesting that the responses to this RFI include thefollowing information at a minimum: Brief description of company capabilities, applicable facilities, and experiencedesigning and optical encoders. Description of previous flight heritage and encoder concept using the statedspecifications as the basisNotional schedule for development, testing and qualification through delivery based onyour approach, technology maturity and understanding of the risks. Assume 2 units to bedelivered (2014 qualification unit and flight unit)Description of key technical, schedule, and cost drivers and options to mitigate risksand/or reduce scheduleRFI Questions:NASA is requesting responses to the following questions:General Encoder Capabilities1. Would your organization be interested in developing a qualified optical encoder forNASA missions? 2. What experience with optical encoders do you have?a) Airborne or space flight applications using your encoder technologyb) Reliability requirements and performance of current products; c) Current encoder use/applications; brief description of encoder requirements includingoperational lifed) Years of optical encoder manufacturing and production experience e) What related heritage programs have you previously worked on, and at what scope (PrimeSupplier, subcontractor, etc)?3. We would like to understand the level of qualification your current technology existsat relative to this RFI. NASA has a standard by which maturity is assessed, seeappendix. Please provide your assessment of Technology Readiness Levels associated withsimilar technologies developed by your organization and the date last used in operationalservice.Manufacturing Risk4. Do you possess the capability to produce the encoder assembly internally? If not,what areas do you predict that you would need to subcontract (significant/criticalsubcontracts)?Similarly, do you already possess the correct personnel and facilities,or is a ramp up required? Provide suggestions for mitigating the subcontract managementrisks associated with this type of technology development and test program. 5. Given your organizations manufacturing and facility usage do you anticipate resourceissues given the draft schedule provided above? 6. Do you have experience working with NASA on space flight hardware, specificallyGoddard Space Flight Center and its standards (GEVS, GOLD Rules)? If so, what was it? What were your lessons learned? What risks did you need to manage? Provide specificexamples relevant to understanding your organizations experience with NASA technologydevelopment. 7. From your perspective, what will be the major technical risks in developing aqualified optical encoder that meets the specifications provided?8. Do you have any new or recently developed technology that may be immediately subjectedto a qualification program as proof of concept for this technology?9. How do you view the technical maturity of each of the encoders outlined in TechnologyDescription Section? How large of a role does each of the following play in determiningthe total program cost (development and production) for each Technology outlined above: 1) technology development, 2) system engineering, 3) subcontracts and management ofsubcontracts 4) Qualification testing?10. Provide suggestions for mitigating any subcontract management risks associated withthis type of technology development. Major subcontracts only, not piece parts.Contract Management/Execution11. What specific concerns do you have regarding the interface between organizations(NASA/GSFC, Instrument Supplier, you) for the production of a qualified optical encoder? 12. To mitigate the cost and schedule risks, what fiscal year funding profile would yourecommend assuming the schedule constraints given in this document? What is a reasonabletarget cost for developing and qualifying an optical encoder that meets the requirementsdefined? Please provide your response with year 1 in FY12 $ and use a standard annual 3%escalation rate for each year thereafter. 13. In your opinion, what contract structure (CPIF, CPAF, FFP, FFP+I, etc.) would providethe best management and incentive structure to ensure that costs and schedule arecontrolled during the technology development? What would you recommend as the mostimportant aspect(s) to address in order to safeguard against cost growth? Scheduleimpacts? Recommendations for Success14. What would you do to make this program a success? This is a broad question that wehope will generate some thoughtful discussion based on past experiences both successfuland unsuccessful, your expectations, your knowledge of the technology, etc. Consider allaspects of the program (types of reviews, metrics, strategies, level of oversight,partnerships, contract mechanisms, processes, etc.) and provide your recommendations.15. What would you like to see the government do to make this program a success? This isa broad question that we hope will generate some thoughtful discussion based on pastexperiences, both successful and unsuccessful, to make recommendations to the governmenton how it can make changes that will help ensure program success. Consider all aspectsof the program, your strengths and weaknesses, and provide your recommendations.16. What information or type of information would you like to have provided in a proposalrequest for this effort?Please note that RFI responses including an Appendix must not exceed 40 written/typedpages in total length. Use single-spaced, 12-point, Times New Roman font. The followingfile naming convention should be used: Encoder_RFI_YourCompany_YourLastname.xxx (pdf orWord).Although all comments received will be carefully reviewed and considered for inclusion inany possible later action, the initiators of this request make no commitment to includeany particular recommendations. Respondents will not be notified of the results of thereview, but may be contacted with questions or a request for further clarifications. Nosolicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in the FedBizOpps. It is theresponsibility of potential offerors/bidders to monitor these sites for the release ofany solicitation or synopsis.DISCLAIMERNASA will not publicly disclose proprietary information obtained as a result of this RFI. To the full extent that it is protected by law and regulations, information identifiedby a respondent as Proprietary or Confidential will be handled as such.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/472-04-27-2012/listing.html)
 
Record
SN02736319-W 20120503/120502000608-ac6d398691728b8f038c24f7eb1383f3 (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.