Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 08, 2007 FBO #1900
SOURCES SOUGHT

66 -- Purchase Space Propulsion Engine

Notice Date
2/6/2007
 
Notice Type
Sources Sought
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH
 
ZIP Code
00000
 
Solicitation Number
F4F5AV7022A100-thack
 
Response Due
2/20/2007
 
Archive Date
3/20/2007
 
Small Business Set-Aside
Total Small Business
 
Description
**This notice constitutes issuance of a Request for Information (RFI) and is NOT issuance of a Request for Purchase (RFP).** SOURCES SOUGHT ? This is a Sources ought Synopsis; these is no solicitation available at this time. Request for solicitation will receive no response. The purpose of publishing a sources sought synopsis is strictly for Market Research, all information gathered will be used to identify potential sources meeting the objective. The Air Force Institute of Technology (AFIT/ENY) is currently researching g potential sources capable of providing a Satellite Propulsion Engine/Hall Thruster and Microwave Interferometry System (Brand Name or Equal) that meets the following specifications: GENERAL: The Space Propulsion Engine package shall include a 200W Hall Effective Thruster (Brand Name or Equal) with power supplies, control software and associated hardware to perform diagnostic characterization of next generation space propulsion devices. The associated hardware would include infrared imaging capability and microwave interferometry. The Air Force is currently planning on launching a satellite with this propulsion system on board. The TacSatII satellite launched on 16 Dec 2006 employs a 200W Hall Effect Thruster. While these thrusters have been developed and employed, full characterization of the option, to include life and contamination of the satellite, warrant further study. This equipment will provide the capability to better characterize satellite propulsion. The material and component parts shall be of good commercial quality, consistent with the performance required from the components. Workmanship shall be consistent with best commercial practice. The equipment shall be fully tested and meet all specifications prior to shipment. PERFORMANCE SPECIFICATIONS: The system shall include a 200 W Hall Effect Thruster or equal, with power processing unit (PPU) and all associated digital control interface and software. To allow for infrared imaging, two Zinc Selenide windows will be provided. These windows need to be 5 inches (approximately 12.7 cm) in diameter by 10 mm thick. The microwave interferometer will include all associated equipment to perform measurements in both the Ku and Ka bands. As a minimum, this system will include a vector net capable of 150kHz to 6 GHz, horns for both bands, up-down conversion kits for both bands and the associated arms for the horns. The arms will be translated using a vacuum rated X-Y translation stage capable of moving two feet in both the X and Y direction in order to fully map a plane in the exhaust of the thruster. The system will be remotely controlled using a LABVIEW (or equal) type interface. AFIT currently maintains several LABVIEW licenses. INSTALLATION AND DELIVERY: Vendor will deliver all components to AFIT, Wright-Patterson AFB, Ohio. Requested estimated delivery is 30 May 2007. Vendor will install them into the current vacuum change facility. The current vacuum chamber has an internal diameter of 6 ft 6 in, 8 ft in length and a work space platen is 38 in by 48 in. Standard BNC type feed-throughs for both power and instrumentation channels are provided in the chamber. Training and initial characterization of the microwave interferometer will be provided. OPERATION AND MAINTENANCE MANUAL: An Operation and Maintenance Manual will be provided. The manual will consist of the following: Electrical drawings; Major component vendor literature; General arrangement drawing or descriptive literature; Operating instruction; Programming routines. NOTE: Small-businesses capable of providing this items are encouraged to respond to this Sources Sought Synopsis. HUBZone, Service Disabled Veteran Owned (SDVOB), Women Owned, Veteran Owned, and 8(a) are also encouraged to reply. All sources responding must indicate their size standard size status in relation to the North American Industry Classification System (NAICS) code. **Point of contact for this Request for Information (RFI) is Mrs. Yvonne Thacker, AC937 522-4531. Information can be e-mail the yvonne.thacker@wpafb.af.mil or faxed to AC937 656-1412 Attn: Yvonne Thacker. No special format or form is required for your information; however, you must include your NAICS code size standard, business name, and contact information.** ALL INFORMATION IS DUE BY 4:00 PM EST 20 Feb 2007. For more information on "Purchase Space Propulsion Engine", please refer to: https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5141
 
Web Link
Purchase Space Propulsion Engine
(https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5141)
 
Record
SN01226559-W 20070208/070206220708 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.