SOURCES SOUGHT
18 -- Plankton, Aerosol, Cloud, ocean Ecosystem (PACE) Inertial Reference Unit
- Notice Date
- 2/21/2018
- Notice Type
- Sources Sought
- 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
- 80GSFC18R0040
- Archive Date
- 3/31/2018
- Point of Contact
- Joel Rivera, Phone: 3012863947
- E-Mail Address
-
joel.rivera@nasa.gov
(joel.rivera@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION (RFI) 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 an Inertial Reference Unit 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 any business set-aside based on responses hereto. The PACE Project, which is managed by NASA GSFC, is investigating vendors who can provide inertial reference units 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 inertial reference unit systems that may meet the requirements described below. Responses are also 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 Inertial Reference Unit (IRU) Requirements • The inertial reference unit shall provide three axis rate output telemetry. • Survival Rates: The IRU shall survive, and meet all of this specification's requirements, after exposure to angular rates up to, and including, 10 degrees per second. • Performance Rates: After the removal of the Survival input rates specified above, and within rates of 3 degrees per second, the IRU shall operate within full performance within 3 minutes. • Polarity: The IRU shall output the proper polarity for rates to at least 10 degrees per second. Dual rate range solutions are acceptable. • The cross-axis coupling for rates within 3 degrees per second shall be less than 0.25% including gyro intra-axis misalignment. The bandwidth for this requirement may be limited to 1 Hz. Over the total bandwidth of 10 Hz, the cross-axis coupling shall not exceed 2%. The cross axis coupling shall be stable within 0.05% of the input rate during continuous operation up to 30 days. • IRU Performance: The following requirements apply to the outputs when operating within +/- 3 degrees per second input rates. o Scale Factor  Resolution: The IRU data shall have a resolution no larger than 0.25 arc-seconds per second, maximum. The scale factor shall be measured prior to delivery to an accuracy of 0.1%.  Stability: The scale factors of the outputs shall be stable within 0.05% per month of the nominal scale factor. This stability requirement is based on continuous operation, and shall apply over the Survival and Performance Rates specified above. o Bandwidth: Signal bandwidth in all modes shall be greater than or equal to 10 Hz to the -3 dB point. o Bias Drift Rate: The Drift Rate shall meet the following requirements:  • Absolute Value: The absolute value of the Drift Rate shall not exceed 7.0 arc-seconds per second using a 10-minute sampling period.  • Stability: The Drift Rate shall be stable within 0.03 arc-seconds per second (3 sigma) for 8 hours of continuous operation.  • Long Term Stability: The Drift Rate shall be stable within 5.0 arc-seconds per second (3 sigma) for 30 days of start/stop operation. Compliance may be shown by comparison of pre and post environmental data.  • Environment: The Drift Rate shall be stable within 2.0 arc-seconds per second (3 sigma) through each environment. This change shall be determined from a comparison of the pre and post environmental test data including data taken at hot, cold, and nominal temperatures. o Sensor Noise  • Quantization shall be less than or equal to 0.25 arc-seconds per count.  • Angle Random Walk (ARW) shall be equal to or better than 0.005 degrees per root-hour (1 sigma)  • Rate Random Walk (RRW) shall be equal to or better than 0.0042 degrees per hour per root-hour (1 sigma).  • Angle White Noise (AWN) shall be equal to or better than 1 arc-second (1 sigma). These requirements shall be verified via an 8 hour performance test using earth rate to stimulate the IRU. • The IRU shall support a command and data handling interface. This interface may be RS-422 UART, MIL-STD-1553B, or ECSS-E-ST-50-12A (SpaceWire). • The IRU shall support a nominal output data rate of up to 10 Hz at maximum rotation rate. • The IRU shall provide synchronization capability with the spacecraft time reference to within 1 millisecond. • The IRU data latency shall be less than 5 milliseconds. 2) Optical Reference: a) A permanent optical reference cube that permits alignment on the spacecraft to the mechanical coordinate frame shall be provided on the component. Knowledge of the sensor axes alignment to the optical or mechanical reference shall be to 5 arc seconds or better in each axis. Throughout environments, the sensor axes shall not shift with respect to the optical or mechanical reference by more than 30 arc-seconds in each axis. Additionally, the IRU mounting system shall maintain the mechanical frame within 30 arc-seconds (in each axis) of its original placement with respect to the mounting surface, over environments. 3) Radiation Environment: The IRU 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 IRU 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 IRU shall meet the required mission lifetime of 38 months with a pre-launch life of at least 2 years. 5) NASA Standards: The IRU 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 consider 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 (EICD) • 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 • Failure Modes and Effects Analysis • Reliability Analysis • 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) Scale Factor Error Budget b) Maximum Data Output Rate Capability 8) Physical Characteristics: Provide the following estimated characteristics: a) Mass of each IRU component b) Dimensions of each IRU component (volume) c) Electrical Interface Type and Locations d) Mounting Interface 9) Thermal: a) Define thermal temperature ranges for survival and operating conditions. b) Define thermal power dissipation. c) Define the minimum temperature for IRU power on. d) Define any temperature stability requirements required to meet the performance requirements specified above. 10) Power: The observatory will supply switched power from +27V to +35V. Provide the peak and steady-state power estimate for the IRU. 11) Reliability: Provide a reliability estimate for the IRU. 12) Vibration and Shock Levels: Please provide vibration and shock levels that the unit has been qualified to. Note that the unit will be powered during launch. 13) Harness Length: Please provide a maximum permissible harness length between the IRU and the spacecraft command and data handling electronics. 14) Cost and Schedule: a) Please provide an estimated cost and a proposed schedule for the delivery of one (1) Flight IRU and associated deliverables. b) Please provide a separate cost to borrow an IRU engineering test unit for a period of six-months (starting on a date after May 2019). 15) Heritage and Capabilities: a) Describe any spaceflight heritage designs or similar inertial reference units 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 at a minimum 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). Procurement related questions should be directed to: Joel Rivera Contract Specialist NASA/Goddard Space Flight Center 8800 Greenbelt Road Greenbelt, MD 20771 Phone: 301.286.3947 E-mail: joel.rivera@nasa.gov Technical questions should be directed to: A. Imasuen Components and Hardware Systems Branch NASA/GSFC Code 596 Greenbelt, MD 20771 Phone: (301) 286-0540 Fax: (301) 286-3823 Email: agbontaen.a.imasuen@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 Joel Rivera via electronic mail (in either Microsoft Word or ADOBE PDF format) to the e-mail address above no later than 03/16/2018 at 4:00 PM EDT. Please reference 2018-IRU-GSFC-NASA in any response.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/62d12946e1ceaeb1a98c2e05a6617705)
- Place of Performance
- Address: 880 Greenbelt Road, Greenbelt, Maryland, 20771, United States
- Zip Code: 20771
- Zip Code: 20771
- Record
- SN04829479-W 20180223/180221231240-62d12946e1ceaeb1a98c2e05a6617705 (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 |