Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2018 FBO #5955
MODIFICATION

A -- Plankton, Aerosol, Cloud, ocean Ecosystem (PACE) Three Axis Magnetometer (TAM)

Notice Date
3/12/2018
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.Y, Greenbelt, Maryland, 20771, United States
 
ZIP Code
20771
 
Solicitation Number
RFI-2018-PACE-ThreeAxisMagnetometer
 
Point of Contact
Elizabeth D. Abraham, Phone: 3016146996
 
E-Mail Address
elizabeth.d.abraham@nasa.gov
(elizabeth.d.abraham@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA), Goddard Space Flight Center (GSFC) is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for an anticipated Firm Fixed Price (FFP) contract on a Three Axis Magnetometer in order to incorporate this information into the PACE Spacecraft conceptual design and to obtain answers to several questions, listed below. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. The PACE Project, which is managed by the NASA Goddard Space Flight Center, is investigating vendors who can provide Three Axis Magnetometers and pertinent life test data to the PACE Attitude Control Subsystem (ACS), for an orbiting spacecraft in a circular sun-synchronous polar orbit at 676.5 km altitude with an inclination of 98 deg, and a 1 pm local ascending node crossing time. PACE is currently targeted to launch in the 2022-2023 timeframe. The purpose of this RFI is to survey vendor capabilities to meet the PACE mission requirements. This request is for information and planning purposes and feasibility of the requirements. Responses should include written and illustrated concepts, specification sheets, basic design information, and descriptions of capabilities for any available Three Axis Magnetometer system that may meet the requirements described below. Responses are requested to identify potential areas of non-compliance. Where there is non-compliance, please state current capability and if a Non- Recurring Effort (NRE) could be pursued to achieve compliance on that particular requirement (and associated cost). 1) PACE Three Axis Magnetometer (TAM) Requirements The TAM shall provide magnetic field measurements of the Earth's magnetic field to determine the orientation of the spacecraft in inertial space as a key part of the PACE attitude control system. Range: The full-scale measurement range for each axis shall be from -100000 nanoteslas (-1000 milligauss) to +100000 nanoteslas (1000 milligauss). Accuracy: The TAM output shall have an accuracy of less than or equal to 2% of full scale. Null Output: The signal outputs in the absence of a magnetic field shall be within 0 volts ± 40 millivolts. Saturation Level: The signal outputs in the absence of a magnetic field shall be within 0 volts ± 40 millivolts after the TAM is subjected to magnetic field intensities greater than twice the full-scale range in either direction. Phasing: Positive output voltages shall represent positive field direction and negative output voltages shall represent negative field direction. Crosstalk and Misalignment Sensitivity: The TAM output signal voltages of two axes, with the third axis sensor exposed to a magnetic field of full-scale level along its sensitive axis, shall not exceed the equivalent of 0.25 degrees from the sensor reference surfaces. 2) Sensor Axis Alignment and Marking: a) The sensor axes shall be marked on the unit housing. Knowledge of the sensor axes alignment to the mechanical reference shall be less than or equal to 1 degree in each axis. b) All axes shall be aligned and orthogonal within the tolerances listed below: •Axes Alignment <3.0 degrees •Axes Orthogonality <3.0 degrees 3) Radiation Environment: The TAM shall be designed to operate without degradation due to the radiation environment of a circular 676 km polar, sun-synchronous Low Earth Orbit. It is expected that the TAM design will comply with the following requirements: a) EEE parts and materials shall be selected for a total ionizing dose (TID) of 6.67 krad-SI (including 2x margin), behind 100 mils of equivalent Aluminum shielding and a 3-year mission life; b) EEE parts shall not be susceptible to destructive single-event latchups (SELs); c) The design shall avoid or tolerate errors due to non-destructive Single Event Upsets (SEUs) 4) Design Lifetime: The TAM shall meet the required mission lifetime of 38 months with a pre-launch life of at least 2 years. 5) NASA Standards: The TAM shall adhere to NASA flight system standards (e.g., mission assurance requirements, NASA-STD-1000: GOLD Rules, GSFC-STD-6016: Materials and Processes, NASA-STD-5001: Structural Design and Test Factors of Safety, GSFC-STD-7000: Environmental Verification). 6) Deliverables: Along with the hardware, the respondent should also cost providing the following deliverables: •Kick-off Meeting •Design Conformance Review (DCR) and presentation •Pre-Environmental Review (PER) and presentation •Pre-Ship Review (PSR) and presentation •Structural Analysis Report •Structural Finite Element Model (MSC-NASTRAN format) •CAD Model - CREO preferred •Mass Properties Report •Electrical Interface Control Document (ICD) •Thermal Analysis Report •Thermal Model & Documentation •Anomaly/Failure Reports •Verification Test Report(s) •Class I Configuration Management (CM) Changes •Trended Parameters List •Limited Life Items List •As-Built Parts List •As-Built Materials List •List of Critical Fasteners •Radiation Test Reports •GIDEP Alert Disposition and Preparation Furthermore, NASA/GSFC requests the following information (# 7 - 15 below) for the requirements above: 7) Performance: Provide the following: a)Full-scale analog voltage output range. b)Scale Factor. c)Maximum Output Error over the operational temperature range. d)Linearity Error over the Full Scale range. e)Signal Output Ripple Voltage. f)Peak-to-peak Output Noise in the frequency range of 0 to 100 Hz. 8) Physical Characteristics: Provide the following estimated characteristics: a)Mass b)Dimensions (volume) c)Electrical Interface Type and Locations d)Mounting Interface 9) Thermal: a)Define thermal temperature ranges for survival, qualification and operating conditions. b)Define thermal power dissipation. c)Define the minimum temperature for TAM power on. 10) Power: The observatory will supply switched power from +27V to +35V. Provide the peak and steady-state power estimate for the TAM. 11) Reliability: Provide reliability estimates. 12) Vibration and Shock Levels: Please provide vibration and shock levels that the unit has been qualified to. 13) Harness Length: Please provide a maximum harness length between the TAM and the spacecraft command and data handling electronics. 14) Cost and Schedule: a)Please provide a cost estimate and schedule for the delivery of one (1) Flight TAM and associated deliverables. 15) Heritage and Capabilities: a)Describe any spaceflight heritage designs or similar Three Axis Magnetometer to the one being proposed in response to this RFI and indicate any future planned missions. b)Provide a brief summary of your fabrication and test facilities that demonstrate the ability of your company to support the PACE requirements. The North American Industry Classification System (NAICS) code for this procurement is 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing with a size standard of 1,250 employees. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in FedBizOpps. It is the potential Offeror's responsibility to monitor this site for the release of any solicitation or synopsis. Estimated award date for this contract is January 2019. 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), Woman-owned, Veteran Owned, Service Disabled Veteran Owned, Historically Underutilized Business Zone and Historically Black Colleges and Universities)/Minority Institutions; 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). In addition, please let the contacts below know if you are interested in responding to this RFI prior to the deadline. Notification of interest will allow us to provide updated/revised information to the requirements and questions below. Procurement related questions should be directed to: Elizabeth Abraham Contract Specialist NASA/Goddard Space Flight Center 8800 Greenbelt Road Greenbelt, MD 20771 Phone: 301.614.6996 E-mail: elizabeth.d.abraham@nasa.gov Technical questions should be directed to: Joel Gambino Components and Hardware Systems Branch NASA/GSFC Code 596 Greenbelt, MD 20771 Phone: (301) 286-1197 Fax: (301) 286-3823 Email: joel.p.gambino@nasa.gov This requirement is not considered a commercial item. While our intent may be to team with an industry partner(s), we are not bound by this RFI to do so. This is not a Request for Proposal, nor a Request for Quotation, nor an Invitation to Bid. Therefore, this RFI is not to be construed as a commitment by the Government to enter into a contract nor will the Government pay for information provided in response to this RFI. It is not NASA's intent to publicly disclose vendor proprietary information obtained during this solicitation. To the full extent that it is protected pursuant to the Freedom of Information Act and other laws and regulations, information identified by a respondent as "Proprietary or Confidential" will be kept confidential. Comments and suggestions for improving the requirements documents are always encouraged and solicited. All responses shall be submitted to Elizabeth Abraham via electronic mail (in either Microsoft Word or ADOBE PDF format) to the e-mail address above no later than 03/23/2018 at 4:00 PM EDT. Please reference 2018-TAM-GSFC-NASA in any response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8791d9d20256b9fb0fd25274f23f4146)
 
Record
SN04851623-W 20180314/180312231649-8791d9d20256b9fb0fd25274f23f4146 (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.