SOURCES SOUGHT
J -- Meter Class Autonomous Telescope 1.3m Optical Mirror Coating and Polishg - Statement of Work
- Notice Date
- 2/21/2018
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Mail Code: BH, Houston, Texas, 77058-3696, United States
- ZIP Code
- 77058-3696
- Solicitation Number
- 80JSC018MCAT
- Archive Date
- 3/22/2018
- Point of Contact
- Craig Burridge,
- E-Mail Address
-
craig.g.burridge@nasa.gov
(craig.g.burridge@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- Bandpasses Chart Statement of Work The National Aeronautics and Space Administration (NASA) Lyndon B. Johnson Space Center (JSC), is hereby issuing this RFI to invite Industry comments related to the draft requirements provided in this RFI. Industry comments should be documented utilizing the instructions found below in the "Specific Comments Sought" section. Information in this RFI regarding potential requirements is being provided as notional information to interested parties to invite their comments or suggestions. The Government's goal is to receive comments early enough to thoroughly consider those ideas when developing its final procurement strategy. The Government intends to consider all timely responses to this RFI before finalizing its procurement strategy. Your responses to this RFI will not be posted, and questions submitted in response to this RFI will not be answered. An RFI is not a solicitation and no proposals are being solicited at this time. Do not submit any proprietary data in response to the RFI. Information with proprietary markings will not be read or considered. An RFI does not obligate the Government to issue a request for proposal in the future. Any future solicitation based on the requirements described in this RFI will be published in FedBizOps. OVERVIEW NASA anticipates issuing a future solicitation for industry to provide 1) a commercial grade coating (including stripping and recoating) for a 1.3m primary mirror for an optical telescope, and if needed (2) a grinding/polishing service. The NASA MCAT telescope is a 1.3m optical telescope located in a highly corrosive environment on Ascension Island, South Atlantic Ocean. The M1 (primary) mirror, which has an F-ratio of F2.331, currently has a corroded protected aluminum coating that must be stripped and recoated. It is possible that the mirror may require polishing if the corroded coating has etched the Zerodur® substrate. This RFI provides the following draft documents to support information requested in the following section: • SOW_NASA.MCAT.mirror: Draft Statement of Work: Meter Class Autonomous Telescope 1.3-m Mirror Recoating, Polishing, Grinding Services • RFI requested comments SPECIFIC COMMENTS SOUGHT NASA is interested in Industry's capability to meet either (or both) the (1) Coating requirements, and/or (2) Polishing requirements. Please provide comments with rationale and benefits to any proposed inputs. For (1) Coating Requirements: the Government specifically requests comments relative to the following areas: 1. Requirements: For each of the requirements listed in the SOW document provided, please detail if your company can provide all of the requirements, or if not, what could be met for each of the unmet requirement(s)? a. For example, SOW item 1.3.1, 1b: if the tooling to hold the mirror requires an area greater than 5mm from the edge of the clear aperture to hold the mirror to be either stable or reduce cost of fabricating the tooling, please indicate what is recommended. b. Where appropriate, if the desired requirements will increase the cost of the proposed work, and if, given the provider's experience, relaxing the requirement would have a limited effect in the performance of the telescope: please indicate (1) what requirements could be met and (2) the potential cost/schedule savings of the recommended requirement. 2. Coating Description: Please provide a description of : a. the proposed reflective coating (e.g., material composition such as enhanced/protected Al, dielectric, etc.) b. the proposed protective coating (e.g., SiO2 overcoat, etc.) c. how that coating can be removed in the future (e.g. chemical stripping, grinding/polishing, etc.) 3. Reflectivity: For the 360nm - 1µm spectral bandpass: a. Please provide an expected reflectivity curve (plot) for the above bandpass b. Please also provide the value of the average reflectivity across each of the 4 Sloan Digital Sky Survey gʹ, rʹ, iʹ, zʹ bandpasses per the RFI attachment, "Bandpasses Chart." 4. Testing: Please provide a description of tests that have been done by your company on the proposed coatings in the past and whether the coatings have passed these tests, specifically addressing: a. Adhesion, adherence, durability, corrosion, inspection tests - see SOW for Mil-Spec requirements and tests. b. If the Mil-Spec tests listed in the draft SOW have not been used as tests on the proposed coating in the past, but a similar test has been done, please describe it and the results. In particular: i. Tests or standards relevant for specifications of this service in a sulfur-rich, volcanic dust environment (See, e.g., SOW 1.3.1, 3.b) 5. Cost/Schedule/Technical Impacts: Please indicate what the cost/schedule impacts are, and recommendations for balancing cost/schedule/technical advantages where appropriate, including, but not limited to: a. Identify whether any of the items in the draft statement of work are not standard industry practices. b. Identify items that may require custom development. c. Items in the draft statement of work that may be unnecessary, line items that need to be added, or line items that are cost drivers leading to a higher price or schedule impacts that are longer in duration than is typical for this service, where not already addressed above. 6. ROM (Rough order of magnitude) Cost: Is commercial pricing available to support the above or to support the effort as detailed in the draft SOW? If so, please provide ROM cost for each coating option that includes a breakdown of the following: a. Analysis of the current degraded coating (e.g., potential causes of degradation) b. Analysis of a rough estimate of the percentage of the surface area of the mirror is affected by etching (IF it is etched at all). c. Tooling to support the 800+lb 1.3m diameter primary mirror (18 inch interior hole) d. Stripping the current degraded coating e. Recoating the mirror with a durable coating that can be chemically removed without damaging the underlying Zerodur® polished glass f. 8 witness samples to be placed in the chamber when the mirror is coated g. Any other applicable costs for the work to be completed 7. Schedule: Please provide an anticipated schedule to complete the work, and any conflicts with completing the work within the April - Oct 2018 timeframe. 8. Performance and experience: Please provide your past performance and experience, including details related to key projects and professional-grade telescopes that the vendor has conducted in past performance for meter-class mirrors. For (2) Polishing Requirements and a description of the optical parameters of the mirror, see the SOW. Please provide the following: 1. Requirements: a. For each of the requirements listed, please detail if your company can provide all of the requirements or if not, what could be met for those requirement(s)? b. Please provide a description of how you would document that the RMS WFE requirement is met, including: i. How the final surface finish will be analyzed (e.g., null lens, computer generated hologram, etc.), and ii. What analysis parameters will be provided as proof (e.g., RMS WFE, RMS Peak-to-Valley, etc.). 2. Cost/Schedule/Technical Impacts: Please indicate what the cost/schedule impacts are, and recommendations for balancing cost/schedule/technical advantages where appropriate, including, but not limited to: a. Identify whether any of the items in the draft statement of work are not standard industry practices. b. Identify items that may require custom development. c. Items in the draft statement of work that may be unnecessary, line items that need to be added, or line items that are cost drivers leading to a higher price or schedule impacts that are longer in duration than is typical for this service, where not already addressed above. 3. ROM (Rough order of magnitude) Cost: Is commercial pricing available to support the above or a rough order of magnitude (ROM) to support the effort? If so, please provide a ROM cost, detailing a. Expected cost and schedule if minimal etching is present (polishing only required, no improvement of the WFE of the delivered mirror). b. Expected cost/schedule if more significant etching is discovered (fine grinding and polishing required, no improvement of the WFE of the originally delivered mirror_ c. Expected cost/schedule to also improve the WFE of the originally delivered mirror (requirement: 42nm WFE). 4. Schedule: Please provide an anticipated schedule to complete the work, and any conflicts with completing the work within the April - Oct 2018 timeframe. 5. Performance and experience: Please provide your past performance and experience, including details related to similar projects and professional-grade telescopes that the vendor has conducted similar services for in past performance a. In particular, experience with polishing meter-class Zerodur® optical telescope mirrors. Responses must include the following: name and address of firm, size of business; whether they are small, SDB, 8(a), WOSB, VOSB, SDVOSB, HUBZone and HBCU/MI; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime). COMMENTS RELATED TO THE RFI All comments related to this RFI shall be submitted via e-mail directly to the Contracting Officer. Craig Burridge at email address craig.g.burridge@nasa.gov All comments shall be submitted no later than close of business on 3/7/2018 to be considered timely.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/df964be7201d6ac6d75a32e062107296)
- Record
- SN04830063-W 20180223/180221231705-df964be7201d6ac6d75a32e062107296 (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 |