SOLICITATION NOTICE
A -- Bipropellant Engine
- Notice Date
- 5/23/2016
- Notice Type
- Presolicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, Maryland, 20771, United States
- ZIP Code
- 20771
- Solicitation Number
- NNG16052316Q
- Point of Contact
- Alpana Jenne, Phone: 301-286-6369
- E-Mail Address
-
alpana.k.jenne@nasa.gov
(alpana.k.jenne@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/CENTER has a requirement for test data on a Moog DST-13 5 lbf bipropellant engine. These data are needed to verify the capability of this engine to meet critical operational requirements for the Europa Clipper mission. The DST-13 engine to be tested during this program is surplus from a previous GSFC program and will be provided to the supplier. The propellants for this engine are MON-3 and monomethylhydrazine (MMH). The supplier shall modify the engine by installing a new set of trim orifices to achieve the desired thrust and mixture ratio. Water flow tests shall be conducted before and after the trimming operation to verify the desired conditions have been achieved. The supplier shall then mount the engine in a vacuum test chamber and conducts test at various conditions to 1. Measure the engine steady-state thrust and specific impulse over a range of feed pressures and propellant temperatures 2. Measure the minimum impulse bit (IBIT) and specific impulse for pulse mode conditions with electrical pulse widths (EPW) as low as 6 msec 3. Conduct steady-state and pulse mode tests with propellants cooled to as low as 15F (-9C) and the engine injector cooled to as low as -20F (-29C) The ability to measure low thrust and impulse levels and the mass throughput for each pulse using accurate pulse tanks is critical for obtaining accurate min-IBIT data and the successful conduct of this program. Also critical is the ability to thermally condition the propellants and engine hardware for the cold propellant and engine tests and to maintain the thermal conditioning throughout the test. As well as the standard facility capabilities for such tests, the facility in which these tests are conducted must have the ability to 1. maintain a low vacuum pressure (0.03 psia) throughout the test 2. conduct pulse mode tests at any combination of on- and off-times 3. test at feed pressures as high as 400 psia and propellant temperatures as low as 15F (-9C) 4. have multiple infrared (IR) cameras to remotely measure engine temperatures across the entire engine body 5. measure the mass for individual pulses during pulse mode tests using accurate pulse tanks Following the tests, the supplier shall deliver all test data to GSFC in electronic format. No test report is required by the Contractor. NASA/CENTER intends to purchase the items from Moog Inc., Space and Defense Group Seneca and Jamison Road, Plant 20, East Aurora, New York 14052. Moog is the manufacturer of the thruster to be tested and are therefore the only company which is familiar with its operational characteristics. Moog is the only known company to have ever tested this thruster. Knowledge of the thruster design and operational characteristics is essential for successfully conducting these tests. The Government intends to acquire a commercial item using FAR Part 12. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 5:00 p.m. local time on June 10,2016. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communications are not acceptable in response to this notice. Questions regarding this notice must be submitted in writing (email preferred) no later than 4:00pm June 6, 2016. All responsible sources may submit an offer which shall be considered by the agency. 1852.215-84 Ombudsman (NOV 2011) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and contractors during the preaward and postaward phases of this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman is not to diminish the authority of the contracting officer, the Source Evaluation Board, or the selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Therefore, before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. (b) If resolution cannot be made by the contracting officer, interested parties may contact the installation ombudsman, whose name, address, telephone number, facsimile number, and email address may be found at: http://prod.nais.nasa.gov/pub/pub_library/Omb.html. Concerns, issues, disagreements, and recommendations which cannot be resolved at the installation may be referred to the Agency ombudsman identified at the above URL. Please do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer or as specified elsewhere in this document. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ad820bc2e0eccbcf460f77cc33927092)
- Place of Performance
- Address: Contractor Facility, United States
- Record
- SN04126124-W 20160525/160523234801-ad820bc2e0eccbcf460f77cc33927092 (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 |