Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2006 FBO #1824
SOLICITATION NOTICE

43 -- TURBINE PUMP ASSEMBLY

Notice Date
11/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC07ZDE005Q
 
Response Due
12/7/2006
 
Archive Date
11/22/2007
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP) set forth in FAR Part 13. This notice is being issued as a Request for Quotations (RFQ) for a Turbine Pump Assembly The NASA Glenn Research Center (GRC) has a requirement for a hydraulic Thrust Vector Control (TVC) System for the Upper Stage of the Crew Launch Vehicle (CLV) using a turbine power hydraulic system. Simplified breadboard testing of a representative hydraulic system, including a hydraulic actuator to simulate engine actuation, will be conducted in the second half of 2007 at Glenn Research Center in Cleveland, Ohio. To support this breadboard testing, NASA GRC intends to purchase a Turbine Pump Assembly (TPA). The TPA will use supplied helium gas to turn the turbine which thereby powers a hydraulic pump to provide high pressure hydraulic flow to the actuators. The TPA shall consist of: A. Turbine Assembly B. Nozzle and Exhaust Housings C. Propellant Control Valve and/or Speed Control D. Hydraulic Pump (variable positive displacement with pressure compensation) E. Gearbox/Governor (if required) Contractor Support After Delivery After the TPA is delivered to NASA GRC, support of the Contractor for the initial installation and setup of the unit is required. This will ensure proper operation and setup for the TPA per the manufacturer?s requirements. Support for initial operation is required. Turbine Pump Assembly Specifications 1. Turbine Gas Propellant The TPA shall operate with ambient (530 R) Gaseous Helium (GHe) and ambient (530 R) Gaseous Hydrogen (GH2). The TPA shall operate with ambient turbine back pressures regardless of inlet conditions. The Contractor shall provide TPA inlet pressures required for the TPA to meet the performance requirements shown in Table 1 (see below). These required TPA inlet pressure will be subject to NASA review and approval. 2. Hydraulic Pump Performance The hydraulic pump shall be a variable displacement positive displacement pump with pressure compensation per MIL-P-19692 that can operate using hydraulic fluid that meets MIL-H-83282 (or equivalent). The pump will be incorporated into a Type II hydraulic system per MIL-H-5440H. The performance specifications are shown in Table 1. Table 1: Performance Characteristic / Value Required Inlet Temperature = 35-240 Degrees Fahrenheit Inlet Pressure = <100 psia Outlet Pressure = 3000-3200 psia Minimum Flow Rate = 25 GPM 3. Turbine Speed Sensor The TPA shall have a sensor to measure turbine rotational speed. The turbine speed shall have the capability to be monitored externally (external to the TPA). 4. Pressure Sensors Pressure sensors shall be included in the TPA design in order to monitor the health of the TPA during operation. The locations and specifications of these sensors shall be provided to NASA GRC. 5. Speed Control The TPA shall provide a mechanical method for controlling turbine speed. 6. Turbine Speed The Contractor shall provide NASA GRC with the operational turbine speed range and the correlation between that turbine speed and pump performance. This includes the turbine speed that correlates to maximum hydraulic pump performance. 7. Maximum Turbine Speed The maximum allowable turbine speed (over-speed) before failure shall be provided to NASA GRC. 8. Interface Requirements The Contractor shall provide NASA GRC with the TPA interface requirements for propellant, hydraulics, electrical, and mounting prior to delivery. The TPA shall provide appropriate provisions for safely mounting TPA during operation. All electrical connections shall meet MIL-C-5015 or equivalent subject to NASA approval. Specify that the propellant outlet terminate in a raised face flange of stainless steel 316L per ASME B31.3. 9. Start-up Time The TPA shall provide full performance capability per Table 1 in less than 5 seconds of start-up initiation. 10. Life The TPA shall operate at full performance specifications for a life span of no less than 7500 seconds without refurbishment. This includes any preliminary checkout testing that the unit may be subjected to prior to delivery. 11. Refurbishment The TPA shall have capability to be refurbished/rebuilt to replace wear items such as seals, bearings, etc. such that after servicing the TPA shall operate to full performance specifications per Table 1. The vendor shall provide to NASA a re-furbishment plan which, at a minimum, contains the following: ? Cost for refurbishing TPA ? Timeline/schedule for TPA refurbishment 12. Leakage There shall be no allowable external leakage from static seals. Dynamic and propellant seal leakage must be kept to a minimum to deliver desired performance. 13. Maximum Allowable Working Pressure: Contractor shall supply the maximum allowable working pressure of TPA to NASA GRC. 14. Proof Pressure Components exposed to propellant gas or hydraulic fluid shall be proof pressure tested at maximum temperature during operation. The results of these tests, such as the value above operating pressure the components were tested at and duration the pressure was held are to be supplied to NASA GRC. 15. Burst Pressure The burst pressure of components exposed to propellant gas or hydraulic fluid shall be determined either by burst pressure testing or analytical methods at the maximum operating temperature of the component. The burst pressures of each component as determined by either method are to be supplied to NASA GRC. 16. Turbine Containment The turbine casing shall be able to contain a catastrophic failure (tri-hub burst) of the rotating turbomachinery at maximum attainable rotational speed. If this is not achieved, the Contractor shall inform NASA GRC of the non-conformance and furnish NASA GRC with the requirements to contain such a failure so that NASA may supply the additional containment. 17. Acceptance Testing Prior to testing the TPA, an Acceptance Testing Plan shall be provided to NASA GRC for approval. The TPA shall be tested by the Contractor prior to delivery to ensure that all requirements within this specification are met and that the TPA delivers required performance specifications. Upon delivery, the Contractor shall supply NASA GRC with a test report containing the TPA test results. 18. Safety Contractor shall provide a complete list of personnel safety hazards associated with the operation of the TPA including but not limited to the following hazards: ? Temperature ? Pressure ? Fire ? Turbine wheel containment ? Electrical shock, ? Hazardous fluids/gases ? Noise Any other known hazards associated with the operation of the TPA shall be identified and supplied to NASA GRC. The vendor is to supply NASA any supporting data deemed necessary to demonstrate the safe operation of the TPA. 19. Weight The TPA shall have a total assembled mass of less than 150 lbm. 20. Volume The TPA shall fit in an envelope that is less than 30 inches long, 20 inches wide, and 20 inches high (30 in X 20 in X 20 in). 21. User?s Manual A User?s Manual shall be supplied with the TPA that contains specific instructions that detail the setup, operation, duty cycle, life cycle, and maintenance of the TPA. Any pertinent information regarding safety, i.e. burst pressures, turbine containment, and personnel hazards shall be identified in the User?s Manual as well. Period of Performance: The TPA shall be delivered to NASA Glenn Research Center by the end of June 2007. **NOTE TO PROSPECTIVE OFFERORS: OFFEROR MUST INCLUDE ADEQUATE INFORMATION FOR THE GOVERNMENT TO EVALUATE WHETHER OR NOT THE ITEMS MEET THE ABOVE SPECIFICATIONS** The provisions and clauses in the RFQ are those in effect through FAC 05-13. The NAICS Code and the small business size standard for this procurement are 335999 and 500 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to Glenn Research Center is required within 5 months ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is D0-C9 Offers for the item(s) described above are due by Thursday December 7, 2006 at 4:30 p.m. EST and may be e-mailed, faxed, or mailed to NASA Glenn Research Center Attn: Timothy M. Bober 21000 Brookpark Road Mail Stop: 500-306 Cleveland Ohio 44135 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), Corporate and Government Enitity (CAGE) Code, DUNS number, identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JAN 2004), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (oct 2004), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.204-7 52.212-3, 52.222-3, 52.222-26, 52.225-1, 52.225-13, 52.232-25, 52.232-33, 52.243-1. NFS 1852.215-84, 1852.223-72 and 1852.225-70. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Timothy M. Bober not later than Friday December 1, 2006. Telephone questions WILL NOT be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. ***It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)).*** Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#122847)
 
Record
SN01185933-W 20061124/061122221017 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.