Status Report

NASA Solicitation: Miniature Reaction Wheels for Small Spacecraft Attitude Control

By SpaceRef Editor
March 24, 2009
Filed under , ,

Synopsis/Solicitation Combo – Mar 20, 2009

General Information

Solicitation Number: NNA0983950Q
Posted Date: Mar 20, 2009
FedBizOpps Posted Date: Mar 20, 2009
Recovery and Reinvestment Act Action: No
Original Response Date: Mar 27, 2009
Current Response Date: Mar 27, 2009
Classification Code: 66 — Instruments and laboratory equipment
NAICS Code: 334511 – Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing

Contracting Office Address

NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000

Description

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; offers are being requested and a written solicitation will not be issued.

This notice is being issued as a Request for Quotations (RFQ) for four (4) miniature reaction wheels for small spacecraft attitude control. The following specifications apply:

General: The wheels shall be a momentum storage device and provide reaction torque along one axis of each wheel.

Design and Construction: Units shall be engineering units for ground testing and development. The units shall be functionally identical to available space rated units. Each unit shall include a reaction wheel with BLDC motor, control electronics, and a solid-state angular rate sensor.

Mechanical: The reaction wheels shall be designed as an integrated unit with mounting previsions.

Weight: Unit weight shall not exceed 1.5 kg.

Supply Power Voltage: Each reaction wheel shall require one 28 VDC +/-6 V unregulated power supply.

Electrical Interface and Signals: The electrical signal interface shall be asynchronous RS-422 serial digital data bus.

Angular Momentum: Each reaction wheel shall have a momentum capacity of greater than 1.0 Nms

Torque: Each reaction wheel shall be capable of producing reaction torques of 30 mN-m.

Torque Regulation: Torque control performance shall be better than +/-500 micro-Nm (averaged over 1 sec.)

Temperature Range: Operational temperature range shall be -30* to 60* C.

Telemetry: Wheel telemetry shall include wheel speed, angular rate, torque, temperatures and motor voltages.

Control Command: Each wheel shall be commanded by a selectable torque or speed set-point at an update rate of 20 Hz.

Integrated Angular Rate Sensor: Each wheel shall have an integrate angular rate sensor with a range of 500 deg/sec and a drift rate of < 10 deg/hour.

Offerors shall include enough information to establish that the proposed reaction wheels have heritage that includes multiple flight units being fully qualified and delivered. Flight heritage shall include launch and two years operation for at minimum, one mission.

The provisions and clauses in the RFQ are those in effect through FAC 2005-29

The NAICS Code and the small business size standard for this procurement are 334511 and 750 respectively. The offeror shall state in their offer their size status for this procurement.

All responsible sources may submit an offer which shall be considered by the agency.

Delivery shall be FOB Destination.

Offers for the items(s) described above are due by March 27, 2009 to the point of contact below at NASA-Ames Research Center, M/S 241-1 Moffett Field, CA 94035-1000 and must 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. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml

Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructions to Offerors-Commercial Items, which is incorporated by reference.

If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled “Buy American Act — Supplies,” the offeror shall so state and shall list the country of origin.

FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable.

FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-15, 52.223-16, 52.225-13, 52.232-34,

The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html

The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm

All contractual and technical questions must be in writing (e-mail or fax) to the point of contact below not later than 03/24/2009. Telephone questions will not be accepted.

Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)).

Offerors must include completed copies of the provision at 52.212-3 (JUNE 2008), Offeror Representations and Certifications – Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract.

An ombudsman has been appointed — See NASA Specific Note “B”.

Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror’s responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).

Any referenced notes may be viewed at the following URLs linked below.

Point of Contact

Name: Jeffrey S. Brown
Title: Contracting Officer
Phone: 650-604-4696
Fax: 650-604-0912
Email: jeffrey.s.brown@nasa.gov

SpaceRef staff editor.