SOURCES SOUGHT
A -- R & D Spacecraft Charging Model
- Notice Date
- 1/4/2011
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL, Space Vehicles Directorate, Kirtland AFB, 2251 Maxwell Ave, Kirtland AFB, New Mexico, 87117
- ZIP Code
- 87117
- Solicitation Number
- FA9453-11-R-0262
- Point of Contact
- Jeannie A Barnes, Phone: (505) 846-4695, Jennifer Jaramillo, Phone: (505) 846-8501
- E-Mail Address
-
jean.barnes@kirtland.af.mil, Jennifer.Jaramillo@kirtland.af.mil
(jean.barnes@kirtland.af.mil, Jennifer.Jaramillo@kirtland.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The Air Force Research Laboratory (AFRL) is conducting market research for R&D efforts that will assist in the determination of the availability of industry and academic sources. AFRL is seeking potential offerors with the capability and capacity to provide applied research and development activities in support of AFRL's NASCAP-2K software code. The NASCAP-2K software is a spacecraft charging and plasma simulation software package focused on determining the effects of the space environment on satellites, both in design and development and in post-anomaly resolution. The capabilities include surface charging in both Geostationary Orbit (GEO) and Low-Earth Orbit (LEO), potentials in space, particle tracking, currents in space, hybrid and full Particle-In-Cell (PIC) simulation, and dielectric stresses on realistic satellite geometries. Most of these capabilities are capable of being run on a standard desktop in minutes to hours. Research and development is required to upgrade the capabilities of NASCAP-2K in order to meet the developing needs of the AFRL as new regimes and technologies are investigated. STATEMENT OF NEED: This effort will require a potential offeror to have a demonstrable working knowledge of the NASCAP-2K software. The scope of the work will require an understanding NASCAP-2K both as a research platform for simulations as well as the interrelationships between the components of the software. A strong background in physics of spacecraft charging and techniques of computational simulation is desired by the company. AFRL is seeking offerors to provide research and development efforts that are necessary for code maintenance, research of simulation techniques, and simulation of problems of interest to the Air Force Research Laboratory. The period of performance of this contract is expected to be approximately 60 months from the date of award and is expected to be divided into two major tasks; Task 1. Applied Research and Task 2. Advanced Technology Development (ATD). Task 2 is then further subdivided into four major areas of interest. Task 1. Applied Research (6.2): Apply NASCAP-2K to instruments and problems as identified by the Government. a. Model satellites and instruments as identified by the Government. b. Research, develop, and implement refinements and improvements to the surface current algorithm, potentially to include steady-state, conduction currents, and current injection surfaces. c. Identify and undertake new areas of research from modeling challenges, develop new algorithms, and implement them into NASCAP-2K. Task 2. Advanced Technology Development (6.3): a. Research methods to enhance interoperability of NASCAP-2K with other tools for space environment or spacecraft simulation and develop and implement algorithms to: (1) Improve ability to read a specified time-dependent tabular environment from environment models such as the Magnetospheric Specification Model (MSM). (2) Improve ability to run scripted jobs in real time and without Graphical User Interface (GUI). (3) Determine and implement framework for interoperability with the AFRL/RZSS plasma thruster simulation code COLISEUM through importing of plumes from COLISEUM to NASCAP-2K and exporting of spacecraft surface charge states from NASCAP-2K to COLISEUM. (4) Have Object Tool Kit generate triangulated surfaces as option for model output and imports. b. Research models of Spacecraft Charging and Discharging to develop and implement algorithms to: (1) Improve ability to model solar arrays at realistic scales and/or develop an Object Tool Kit option to help build and resolve actual arrays. Cell patterns, voltages, interconnect design, coverglass conductivity and coatings are some elements to be considered when improving the model. (2) Implement deep dielectric charging and dielectric stress calculations at every surface and display in the GUI. (3) Develop ability to generate and import internal structures and model their charging events, single event upsets, and dielectric stress. (4) Implement a method of connecting conductors through a specified RC circuit. Implement user-specified inter-conductor resistances and capacitances in spacecraft charging calculations. c. Research methods of enhanced plasma simulation capabilities and develop algorithms to: (1) Implement models to show electromagnetic radiation, specifically transmission and propagation of RF radiation in the space environment. (3) Implement pitch angle effects for ions and electrons and surface current shadowing. Use geometric view factors (computed in Object Tool Kit) to modify analytic charging currents. (4) Implement and validate adaptive surface node capability to allow for improved resolution of high electric field gradients. (5) Implement a periodic plasma simulation capability for pure plasma simulations. Utilize periodic and reflecting boundary conditions. Validate with a Lower Hybrid Instability simulation. (6) Implement generalized particle injection tools. This includes internal beams, plumes, blow-off transients, etc. This could also include other related items, for example, beam stability analysis. d. Provide General software maintenance and support. (1) Revise and improve user interface as necessary. (2) Maintain bug database and fix as necessary. (3) Update documentation, both for programmers and for scientific users. NOTE!! THIS IS NOT A REQUEST FOR PROPOSALS. THIS NOTICE IS TO BE CONSIDERED MARKET RESEARCH VIA A SOURCES SOUGHT NOTICE AND WILL BE UTILIZED IN ACQUISITION PLANNING. PROSPECTIVE OFFERORS MUST SUBMIT TECHNICAL INFORMATION EXPLAINING THEIR CAPABILITIES AND CAPACITIES. This notice is for planning purposes only and does not commit the Government to any contractual agreement. The Government does not intend to award a contract based on responses to this announcement and will formally solicit proposals at a later date if enough interest is demonstrated by response to this announcement. SUBMISSION INSTRUCTIONS: Information regarding capability and capacity must be submitted in writing Any proprietary information should be marked accordingly. Interested organizations that believe they possess the capability and capacity necessary to successfully undertake the tasks described above should submit an original and two (2) copies of their capability statement by 19 JAN 2011, 12:00pm, Mountain Time. Submissions shall be addressed to the contracting office and personnel outlined below. The capability and capacity statement must also provide the following information as a part of its cover sheet: 1) Company name and address; 2) Identify your organization's business type inclusive of any and all socio-economic status (e.g. 8(a) certified program participant, small disadvantaged, veteran-owned, service-disabled veteran owned, HUB Zone or women-owned; 3) Point of Contact, 4) Phone/Fax/E-mail; 5) NAICS Codes and 6) Information regarding your organization's capabilities and capacity. Statements of Capabilities should include information relevant and specific to the above technical area in additional to each of the following areas: (1) Experience: An outline of previous similar projects, specific experience in performing the items listed above; (2) Personnel: Name, professional qualifications and specific experience of scientists and/or technical personnel who may be assigned as project director and other key positions; and (3) Any other specific and relevant information about this particular area of procurement that would improve the government's knowledge of interested organization's capabilities and capacity. Interested organizations must demonstrate and document, in any capability and capacity statements submitted, extensive experience with and the ability to perform the above tasks. Organizations should clearly demonstrate the capability and capacity to administer and coordinate interrelated tasks in an effective and timely manner. Documentation may include, but not be limited to, contracts both Government and commercial the organization performed (include government points of contact both technical and contractual), references, i.e. names, titles, telephone numbers and any other information serving to document the organization's capability and capacity, e.g., awards, commendations, etc. All work performed under the contract will be limited to U.S. citizens only. Technical POC: AFRL/RVBXR Attn: Mr. Adrian Wheelock Building 570 Kirtland AFB NM 87117 Phone: 505-846-4642 FAX: 505-846-0486 E-mail: adrian.wheelock@kirtland.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLPLSVD/FA9453-11-R-0262/listing.html)
- Place of Performance
- Address: Det 8 AFRL/RVBXR, 3550 Aberdeen Ave., S.E., Kirtland AFB, New Mexico, 87117, United States
- Zip Code: 87117
- Zip Code: 87117
- Record
- SN02353879-W 20110106/110104234212-9ac0a9b02db1ca545cd2355b0e69b8c8 (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 |