SOURCES SOUGHT
16 -- Sources Sought for the Wide Field Infrared Survey Telescope (WFIRST) Reaction Wheel Isolation System (RWIS)
- Notice Date
- 2/6/2020 7:11:18 AM
- Notice Type
- Sources Sought
- NAICS
- 336419
— Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NASA GODDARD SPACE FLIGHT CENTER GREENBELT MD 20771 USA
- ZIP Code
- 20771
- Solicitation Number
- NASA-GSFC-WFIRST-SOURCES-SOUGHT-RWIS
- Archive Date
- 10/10/2020
- Point of Contact
- Julie Janus, Phone: 3012864931
- E-Mail Address
-
julie.a.janus@nasa.gov
(julie.a.janus@nasa.gov)
- Description
- Sources Sought for the Wide Field Infrared Survey Telescope (WFIRST) Reaction Wheel Isolation System (RWIS) Description The National Aeronautics and Space Administration (NASA), Goddard Space Flight Center (GSFC) is seeking capability statements from all interested businesses that can design, analyze, manufacture, and test the WFIRST Reaction Wheel Isolation System (RWIS). NASA/GSFC has a requirement to provide mechanical isolation for the Reaction Wheel Assembly for the Wide Field Infrared Survey Telescope (WFIRST) Project. The Reaction Wheel Isolators are a mechanical isolation device capable of partially or fully mechanically isolating the reaction wheels from other spacecraft systems. The RWIS includes tuned stiffness and internal damping characteristics. The RWIS fixes the six reaction wheels to the spacecraft RWA deck and provides mechanical vibration isolation between the RWA housing and the spacecraft bus structure. Flight units shall have the ability to integrate with the flight reaction wheel assemblies. It is an option to have the reaction wheel assemblies (RWA�s) pre-integrated with the isolators for test before delivery if the RWA�s are available a reasonable amount of time before the delivery date. Ground Support Equipment (GSE) parts required with the delivery of the RWIS are mass simulators which represent the mass of each reaction wheel integrated onto the isolator system. GSE parts/pieces optional with the delivery of the RWIS are any test cables, storage/shipping containers, and/or closeout panels that are necessary for testing of the isolators with the reaction wheels. The RWIS shall be qualified for spaceflight use over the mission lifetime, commensurate with the requirements of a NASA Class A mission, as specified in the upcoming RWIS Specification and Statement of Work; details include, but are not limited to, the following: The RWA isolation system shall have a first suspension mode in the 1Hz to 5Hz range. They will be isolating the Honeywell snubbers (aka bumpers) or launch locks are allowed and are counted as part of the system. Gravity offload of the RWA payload in 1g testing is allowed. The RWIS shall meet physical requirements in accordance with a Mechanical Interface Control Document (MICD); this includes, but is not limited to, interface definition, physical envelope, and mass properties. The RWIS shall meet environmental requirements, as demonstrated through analyses and/or test as appropriate, including, but not limited to: quasi-static acceleration, stowed fundamental launch frequencies, sinusoidal and random vibration, shock, operating pressure range, depressurization rate, operational and survival temperature range, and static loads. The RWIS shall meet cleanliness requirements as defined in the Specification including, but not limited to, surface contamination, contamination generation, and cleanability. The RWIS shall meet design and construction requirements as defined in the Specification including, but not limited to, Parts, Materials & Processes; workmanship; joint design, and mechanisms design. WFIRST expects to procure one (1) Flight Unit; and, an option for one (1) ETU Unit. Note that each RWIS Unit includes any associated reaction wheel and deck mounting brackets, heaters, ground straps, and launch restraints. NASA is seeking capabilities from large and all categories of small businesses and HBCU/MSIs for the purpose of performing the work and in order to determine the appropriate level of competition and small business and HBCU/MSI subcontracting goals for this requirement. �Interested offerors having the necessary specialized capabilities to meet our requirements outlined above should submit a brief capability statement.� This capability statement should indicate the ability to be the Prime Contractor or Subcontractor and perform all aspects of the effort described herein.� It is insufficient to provide only general brochures or generic information.� Additionally, your responses must include the following:� name and address of firm, size of business; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned, affiliate information:� parent company, joint venture partners, potential teaming partners, and a summary of past relevant experience with the components mentioned above. Technical and procurement questions should be directed to: �Julie Janus at (301) 286-4931 or julie.a.janus@nasa.gov. It is requested that capability statements be submitted as described in the previous paragraphs by electronic mail to:� Julie Janus at julie.a.janus@nasa.gov, no later than 5:00 PM ET on Thursday, February 13, 2020. It is emphasized that this synopsis is for planning and information purposes only and is NOT to be construed as a commitment by the Government to enter into a contractual agreement, nor will the Government pay for information solicited.� Upon review of the information provided to NASA, it is the Government�s intent to release a �Request for Proposal"", which could lead to a contract award.� Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement.� The Government reserves the right to consider a small business based on responses hereto.� No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in beta.SAM.gov.� It is the potential offeror�s responsibility to monitor this site for the release of any solicitation or synopsis. An ombudsman has been appointed -- The Center Ombudsman for this acquisition can be found at https://prod.nais.nasa.gov/pub/pub_library/Omb.html
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c9d50e108c90478bba409a912341f481/view)
- Record
- SN05554078-F 20200208/200206230139 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |