Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 26,1998 PSA#2018

NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BE

16 -- HINGELINE GEARBOXES FOR THE X-38 CREW RETURN VECHICLE SOL 98013EX2 DUE 020398 POC Caroline M. Root, Contracting Officer, Phone (281) 483-4140, Fax (281) 244-5337, Email croot@ems.jsc.nasa.gov -- Lisa Rea-Phillips, Contracting Officer, Phone (281) 483-8395, Fax (281) 244-5337, Email lreaphil@ems.jsc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/JSC/date.html#98013EX2. E-MAIL: Caroline M. Root, croot@ems.jsc.nasa.gov. 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). NASA/JSC plans to purchase five (5) hingeline gearboxes for use on the X-38 Crew Return Vehicle. These hingeline gearboxes will be used to control the vehicle s rudders. The gearbox will be mounted between the X-38 upper fin and rudder with NASA/JSC provided hardware. Design constraints require that the input to these gearboxes be provided by a rotary electromechanical actuator. The current design will provide input at 12,000 -- 15,000 rpm. Output will be less than 900 total motion. The X-38 rudder capability specifications are as follows: 7 loads 7 35,000 in-lb. limit 7 52,500 in-lb. ultimate 7rates 7 400/sec @9500 in-lb. 7 300/sec @18,600 in-lb. 7 100/sec @35,000 in-lb. 7 travel 7 1250 nominal 7 surface freeplay per MIL-A-8870C Interface restrictions: 7 Housing Dia less than or equal to 4.0 in. 7 Max. length less than 20 in. 7 Shorter is much better due to thermal expansion constraints 7 Shear interface rather than tension/compression or bending interface 7 High Temperature on one side, low temperature on the other 7 Rudder side could be as hot as 1000F 7 Fin side will be no more than 350F 7 Solid film lubricant or other space qualified lubrication Qualification/Certification Criteria 7 Vendor must certify that delivered units, if modified, have passed acceptance testing identical to original, unmodified, units. 7 NASA/JSC will provide final acceptance and flight qualification testing of proposed units under the conditions and installation expected for the mission. The flight environment is: 7 Launch 7 14.136 GRMS for 3 minutes (20 Hz:.026 g2/Hz, 50 Hz:.160 g2/Hz, 800 Hz:.160 g2/Hz, 2000 Hz:.026 g2/Hz) 7 150.798 dB (25 Hz: 128 dB -- 10000 Hz:117 dB) 7 Pressure change of ~15 psi in 30 minutes 7 On-Orbit 7 32 cycles of -2000F to +2000F, each cycle ~90 minutes 7 1 x 10-10 Torr for 48 hours 7 Reenrty 7 Aerodynamic heating of the rudder will cause the rudder side of the actuator to experience 10000F for 20 minutes while the fin side of the actuator will be no more than 3500F. 7 Thereafter, the actuator will be in constant motion for 10 minutes NASA/JSC will need technical data on the thermal, mechanical and dynamic properties of the selected hinge/actuator. NASA/JSC will do all the required modeling. The provisions and clauses in the RFQ are those in effect through FAC 97-3. The SIC code and the small business size standard for this procurement are 3728 and 1,000 employees, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to NASA/JSC is required by February 28, 1998, for one (1) gearbox for testing. Delivery to NASA/JSC is required by August 31, 1998, for four (4)rudder gearboxes for testing. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above may be mailed or faxed to the identified point of contact by the date/time specified and include solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clauseentitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: ftp://procure.msfc.nasa.gov/pub/reps_certs/sats FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. FAR 52.203-6, FAR 52.203-10, FAR 52.219-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, and FAR 52.225-3. Questions regarding this acquisition must be submitted in writing no later than January 28, 1998. Quotations are due by February 5, 1998, 4:30 p.m. local time to the address specified above. Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, price and past performance; compliance with delivery schedule will also be considered. Unless otherwise stated in the solicitation, for selection purposes, technical, price and past performance are essentially equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b). Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. Quoters must provide three responsible sources who have knowledge of their performance. An ombudsman has been appointed -- See Internet Note "B". It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm. (0021)

Loren Data Corp. http://www.ld.com (SYN# 0182 19980126\16-0001.SOL)


16 - Aircraft Components and Accessories Index Page