NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback Integrated Acquisition Environment
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

SOURCES SOUGHT NOTICE FOR ARES ELECTRIC THRUST VECTOR CONTROL PROTOTYPE RISK REDUCTION SYSTEM


Synopsis - Jul 17, 2008

General Information
Solicitation Number: N/A
Reference Number: 4200261607
Posted Date: Jul 17, 2008
FedBizOpps Posted Date: Jul 17, 2008
Original Response Date: Jul 30, 2008
Current Response Date: Jul 30, 2008
Classification Code: A -- Research and Development
NAICS Code: 541712 - Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)

Contracting Office Address
 
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812

Description
 
The National Aeronautics and Space Administration, Marshall Space Flight Center (MSFC) is hereby soliciting information about potential sources for its Ares Electric Thrust Vector Control (TVC) Prototype Risk Reduction System requirement.

NASA’s Constellation Program is the mission support architecture that will replace the Space Shuttle. One component of the Constellation Program is the Ares family of launch vehicles. The Ares launch vehicles will utilize the heritage reusable solid rocket booster currently in use on the Space Shuttle system for propulsive boost during the ascent to orbit. The reusable solid rocket booster currently uses a distributed hydraulic, hydrazine powered thrust vector control (TVC) system that is used to move the solid rocket nozzle and effect launch vehicle steering during ascent. This heritage TVC has proven extremely reliable and has exceeded all technical requirements during the operational life of the Space Shuttle system. However, due to high life cycle costs, burdensome logistics requirements at the launch site, and use of hazardous hypergolic fuel, NASA is seeking an alternative simplified TVC system architecture that will effectively reduce the overall life cycle cost and launch site processing requirements.

One such design solution is an electric TVC architecture. It is anticipated that the electric solution will be comprised of three primary subcomponents: Two (2) actuators driven by electric motors, a motor control and power modulation unit, and a set of rechargeable batteries. It is envisioned that this system could be assembled and tested at a contractor facility, shipped to the launch site and integrated into the launch vehicle with minimal follow-on testing, thereby reducing the logistics at the launch site and ultimately reducing overall life cycle costs. Current state of the art in TVC applications for manned launch vehicles have not, as yet, incorporated an electric architecture, and where it has been implemented for unmanned vehicles, the power flow capabilities are well below the anticipated requirements for the Ares family solid rocket booster. Anticipated actuator mechanical power flow requirements for the solid rocket booster exceed sixty (60) horsepower. Additionally, the solid rocket booster mission duty cycle requirements will require state of the art rechargeable batteries achieving both high power delivery capability and achieve high power densities.

Prior to committing to flight system development of an electric TVC system, NASA will try to effectively reduce and mitigate the significant development risk by contracting for the design, development and construction of a prototype electric TVC system that will address the technical feasibility of the electric design concept. The selected contractor would be responsible for tailoring a risk reduction program that addresses anticipated forward development technical risks such as: thermal management of high power electrics, corona discharge at reduced pressures in the presence of high voltages, qualification of power semiconductor components and development of high power flow and high power density rechargeable batteries. The developed non-flight, prototype system will then be thoroughly tested by the contractor to assess the technical feasibility of continuing on to flight system development. The data obtained from this risk reduction project may then be used to determine the optimum design solution for the Ares solid rocket booster. It is anticipated that the period of performance for this requirement will be approximately eighteen (18) months.

Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement indicating the ability to perform all aspects of the effort described herein. Responses should be limited to the information requested in this sources sought notice and submissions shall not exceed 15 pages in length. Responses must include the following: 1) name and address of firm; 2) size of business; 3) average annual revenue for past 3 years and number of employees; 4) ownership; 5) whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; 6) number of years in business; 7) affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); 8) a description of your current design, development and test capability of aerospace electric actuation systems; 9) a description of your past performance and experience that resulted in aerospace qualified designs and experience in the up screening of electrical components to meet manned space flight requirements; 10) 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); and 11) a description of your current design, development and test capability of high power flow and high power density rechargeable batteries for use on aerospace vehicles.

Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101.

Technical questions should be directed to: David Wagner, telephone: 256-544-6337, e-mail: David.K.Wagner@nasa.gov. Procurement related questions should be directed to: Sarah Annerton, telephone: 256-544-8429, e-mail: Sarah.D.Annerton@nasa.gov.

This sources sought notice is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. A solicitation does not exist at this time; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror’s responsibility to monitor these sites for the release of any solicitation or synopsis.

The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to the attention of Ms. Sarah Annerton via e-mail to: Sarah.D.Annerton@nasa.gov no later than 1600 Central Time on July 30, 2008. Please reference Purchase Request Number 4200261607 in any response. Any referenced notes may be viewed at the following URLs linked below.


Point of Contact
Name:Sarah Annerton
Title:Contracting Officer
Phone:256-544-8429
Fax:256-544-4400
Email:Sarah.D.Annerton@nasa.gov

Name:George E. Pendley
Title:Contracting Officer
Phone:256-544-2949
Fax:256-544-6062
Email: george.e.pendley@nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at: