SOURCES SOUGHT
18 -- RFI FOR THE SPACECRAFT BUS FOR THE ST-9 SOLAR SAIL
- Notice Date
- 9/19/2005
- Notice Type
- Sources Sought
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210.S, Greenbelt, MD 20771
- ZIP Code
- 20771
- Solicitation Number
- RFI-NASA-GSFC-ST9
- Response Due
- 10/3/2005
- Archive Date
- 9/19/2006
- Description
- Spacecraft Bus for the ST-9 Solar Sail Request for Information 1. Introduction This Request for Information is for a Spacecraft bus that shall meet the requirements for the ST-9 Solar Sail mission. 2. Mission Requirements Due to the nature of solar sails (low-thrust propulsion), total on-orbit mass is a critical parameter. Responders to this RFI are strongly encouraged to propose the minimum mass bus that meets the mission requirements as given below. Mission Life: 3 months minimum, additional 3 months extended mission Orbit: Sun-synchronous, circular: minimum altitude 1000 km, target 1500 km Orbit determination: DSN range and range rate, GPS, other approaches under study Payload Characteristics (includes 30% margin): Power: 82 W Average; 153 W Peak Mass: 69 kg Data rate: 27.5 kbps Average; 2.65 Mbps peak Communications and Data Handling: Continuous real-time coverage required during sail deployment ( ~ 2 hours) S-Band, 2 kbps uplink, downlink 2.25 Mbps to GN or commercial sites, possible DSN and/or TDRSS SSA if needed during continuous coverage 2 omni antennae for near-spherical coverage Payload data storage: 500 Mbits after 50:1 compression of SIMS data (Compression performed within the SIMS, or optionally by the bus C&DH) Attitude Control (before and after sail deployment): The bus Attitude Control System (ACS) shall be required to perform pointing maneuvers when the ST-9 Solar Sail is not under sail control. The four types of maneuvers are a 3-axis stabilized inertial hold without actuator resultant forces, a Local Vertical Local Horizontal (LVLH) hold with the Z axis nadir pointing, orbit maneuvering, and a Safe-hold that will point the X axis toward the Sun. Pointing control: ~ 0.5? Pointing stability: ~ 0.5? Pointing knowledge: ~ 0.1? (may need more precise knowledge if the ST-9 Solar Sail Project determines that accelerometers are required) Sail inertial properties (deployed): Ix = 8000 kg*m^2, Iy = Iz = 4000 kg*m^2 Gravity gradient is the dominant external torque The bus ACS shall monitor the sail attitude and resume control from the sail ACS in the event of a large attitude error. Radiation Total Dosage: 5 krads Propulsion System: For this mission, the Pegasus XL is the base-lined launch vehicle. The ST-9 Solar Sail requires a liquid fuel (mono-propellant hydrazine) propulsion system capable of providing a total ∆V of ~ 400 m/s (for a 220 x 1000 km initial orbit), or ~ 650 m/s (for a 220 x 1500 km initial orbit). The liquid propulsion system will be used for launch vehicle dispersion correction maneuver, reduction of tip-off rates, perigee raising and orbit circularization, backup attitude control, backup momentum dumping, and end-of-mission disposal via perigee lowering to 450 km. 3. Background Information The ST-9 Solar Sail mission background, top-level schedule, mission objectives, and payload element parameters, configuration concepts are described in Attachment 1. Attachment 2 provides a list of the Requested Information. Information submitted to GSFC in response to this RFI will be treated as strictly proprietary unless otherwise indicated. No procurement is planned as a direct result of this Request for Information. Information submitted in response to this Request for Information will be used for concept development activities. Parties proposing concepts of interest to NASA may be invited to submit more detailed information or to discuss their concepts further. It is emphasized that this RFI is for planning and information purposes only and is NOT to be construed as a commitment by the Government to enter into a contractual agreement, nor will the Government pay for information solicited. No solicitation exists; 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. Technical questions should be directed to: Tim VanSant at (301) 286-6024 or John.T.VanSant@nasa.gov. Procurement related questions should be directed to: Julie Janus at (301) 286-4931 or Julie.A.Janus@nasa.gov. Interested offerors shall address the requirements of this RFI in written format as described in this RFI by electronic mail to: Tim VanSant at John.T.VanSant@nasa.gov, no later than 5:00 PM EST on October 3, 2005. An ombudsman has been appointed -- See NASA Specific Note "B". The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in Microsoft Office 97 format and will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/GSFC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=51. It is the offeror's responsibility to monitor the Internet cite for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments, if any. Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51#117737)
- Record
- SN00898826-W 20050921/050919212536 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |