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