Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 23,1998 PSA#2227

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

16 -- RIGHT ANGLE GEARBOX SOL 9-BE13-48-9-4P POC Caroline M. Root, Contracting Officer, Phone (281) 483-4140, Fax (281) 244-5337, Email caroline.m.root1@jsc.nasa.gov -- Caroline M. Root, Contracting Officer, Phone (281) 483-4140, Fax (281) 244-5337, Email caroline.m.root1@jsc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/JSC/date.html#9-BE13-48-9-4P. E-MAIL: Caroline M. Root, caroline.m.root1@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 two (2) right angle gearboxes for use on the X-38 Crew Return Vehicle with an option to purchase one additional gearbox. Two units must be delivered no later than May 30, 1999. If required, the additional unit would be purchased by November 30, 2000. The right angle gearboxes will be used to transmit torque to the hingeline gearboxes that control the vehicle's rudders. The gearbox will be mounted inside the X-38 upper fin between the rudder hingeline gearbox and the rudder electromechanical actuator with NASA/JSC provided hardware. Design constraints require that the input to these gearboxes be provided by a rotary electromechanical actuator. Rotary input speed (rpm) will be driven by the capability of the selected actuator and a 300/sec output from the hingleline gearbox requirement and a 294:1 reduction ratio of the hingeline gearbox. The X-38 rudder right angle gearbox output capability specifications are as follows. Loads equal 266 in-lb. limit and 399 in-lb. ultimate. Rates are 1471 rpm @ 56 in-lb,735 rpm @ 160 in-lb, 245 rpm @ 223 in-lb, and 0 rpm @ 266 in-lb. Backlash should not exceed 10 arc minutes. Torque must be transmitted through 90:. No specific efficiency requirement, but vendor must supply efficiency data, particularly at elevated temperatures. Total minimum operational lifetime = 1000 hours. Minimum operational lifetime at operating conditions = 1 hour Reduction ratio shall be 1:1. Interface Requirements are as follows. Maximum width perpendicular to plane defined by shaft centerlines = 4.7 in. Maximum total height = 10 in. Maximum distance from centerline ofinput shaft to exterior of case around output shaft = 5 in. Low Temperature operation (in orbit) at -70:F. High Temperature operation (reentry) at 350:F. Operation in space environment requirements are as follows. (NASA can provide requisite technical expertise.) Must Operate in vacuum. No off-gassing, toxicity, or flammability concerns in vacuum or high oxygen environments (Cadmium plated surfaces are acceptable if enclosed and/or painted with appropriate paint). Solid film lubricant or other space qualified lubrication required. Must be manufactured with certified materials Connection from EMA to input shaft and from output shaft to hingeline actuator should be accomplished with minimum diameter drive shaft only. There should be no connection between housing faces. Management Requirements: Vendor must have a quality management system in place. All procedures, planning and other documentation comprising the quality system shall be available for NASA to review. Vendor's quality system must be a nationally recognized quality program (i.e. ISO-9001 or similar). The vendor shall conduct configuration management activities in accordance with the vendor s quality system. Configuration management shall control the design and development of hardware by means of drawings, specifications, and other documents. The vendor shall notify NASA of all changes which will affect the contract schedule, performance, configuration, safety or interfaces. The vendor and NASA shall have periodic status reviews. These status reports will be via telecon and shall be of a mutually acceptable frequency. Vendor shall maintain all documentation relevant to this contract until completion of the X-38 program. On completion of the X-38 program all relevant documentation will be transferred to JSC. NASA/JSC will need technical data on the thermal, mechanical and dynamic properties of the selected gearbox. Details of these properties will be finalized with the release of a contract, prior to the completion of the modeling. NASA/JSC will do all the required modeling. This requirement will be fulfilled when math models of sufficient fidelity have been developed. Sufficient fidelity will be determined by NASA/JSC. Qualification and Certification Requirements 7 Acceptance Data Package. The following data shall be provided no later than delivery of first purchased unit: 7 The quality control plan vendor currently has in place (simple description, e.g. DCAS, ISO, etc) 7 The plan vendor will use to certify the design (how vendor plans to address requirements, margins, temperatures, etc. for delivered units) 7 The plan the vendor will use to accept NASA units and any test plans, procedures, and test data resulting from this plan (how vendor plans and executes workmanship) 7 End item certificate of compliance 7 Vendor shall maintain a system to ensure identification of all materials and products, whether produced discretely or in batches. Traceability shall be ensured to the original source or manufacturer on all raw materials and parts purchased. Records shall be maintained by the vendor through the completion of the X-38 program. 7 The vendor shall supply, if requested, documentation showing that all processes in place to manufacture the gearbox, including cleaning procedures, have been followed, in the manufacture of the NASA part. Relative to cleanliness, NASA is concerned principally with mechanical or physical failure due to contamination. External cleanliness, relative to contamination of the Orbiter or X-38 will be dealt with by NASA. 7 Vendor must certify that delivered units have passed acceptance testing. Certification shall include copies of test results. Test plans and results shall be retained by the vendor through the end of the X-38 program. 7 The vendor shall maintain all inspection and test records with delivery of the gearboxes (as specified in the acceptance data package) through the end of the X-38 program. In addition, an in plant review, by NASA personnel, of as-built drawings will be required in the event of product failure. 7 The vendor shall provide documentation on all items which are known to have a limited life. The X-38 program is expected to last through the spring of 2001 with the option of 2 additional flights. Documentation shall include the part, its useful life, its shelf life and replacement procedures. 7 The vendor shall provide an analysis on the failure modes and effects (FMEA) for the provided product. The government will take responsibility for vehicle level FMEA and hazards analyses. 7 Vendor shall supply reusable shipping containers that adequately protect the product from normal shipping and ground handling damage (as specified in PPP-B-1672). Containers shall be marked for reuse and shall include vendor name and product identification number. 7 NASA/JSC will provide final acceptance and flight qualification testing of proposed units under the conditions and installation expected for the mission. The expected flight environment is as follows. Launch 7 14.136 GRMS for 3 minutes (20 Hz:.026 g^2/Hz, 50 Hz:.160 g^2/Hz, 800 Hz:.160 g^2/Hz, 2000 Hz:.026 g^2/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 -700F to +2000F, each cycle ~90 minutes 7 1 x 10E-10 Torr for 48 hours 7 Reentry 7 Aerodynamic heating of the rudder will cause the gearbox to experience 3500F for 20 minutes. Thereafter, the actuator will be in constant motion for 10 minutes. The provisions and clauses in the RFQ are those in effect through FAC 97-9. The SIC code and the small business size standard for this procurement are 3769 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 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/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. Addenda to FAR 52.212-1 are as follows: NASA FAR Supplement clauses: 1852.215-84 Ombudsman, 1852.219-76 NASA Small Disadvantaged Business Goal, 1852.246-72 Material Inspection and Receiving Report, and 1852.246-73 Human Space Flight Item. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "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: http://ec.msfc.nasa.gov/msfc/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 52.225-21. Questions regarding this acquisition must be submitted in writing no later than December 4, 1998. Quotations are due by 4:30 p.m. local time on December 4, 1998, to the address specified above and to the attention of the Bid Depository. Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits (in order of importance: minimum weight, minimum size, minimum backlash, maximum efficiency, and minimum noise/vibration), price, and past performance; compliance with delivery schedule will also be considered. The relative order of importance of the evaluation factors in descending order of importance is as follows: technical, price, and past performance. 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. 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/nasanote.html. Posted 11/19/98 (D-SN272886). (0323)

Loren Data Corp. http://www.ld.com (SYN# 0121 19981123\16-0002.SOL)


16 - Aircraft Components and Accessories Index Page