Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 17, 2020 SAM #6623
SOURCES SOUGHT

16 -- Sources Sought for WFIRST Jitter Damper

Notice Date
1/15/2020 12:01:55 PM
 
Notice Type
Sources Sought
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NASA GODDARD SPACE FLIGHT CENTER GREENBELT MD 20771 USA
 
ZIP Code
20771
 
Solicitation Number
NASA-GSFC-WFIRST-JITTER-DAMPER-SOURCES-SOUGHT
 
Response Due
1/23/2020 2:00:00 PM
 
Archive Date
02/07/2020
 
Point of Contact
Julie Janus, Phone: 3012864931
 
E-Mail Address
julie.a.janus@nasa.gov
(julie.a.janus@nasa.gov)
 
Description
Sources Sought for the Wide Field Infrared Survey Telescope (WFIRST) Jitter Damper Description The National Aeronautics and Space Administration (NASA), Goddard Space Flight Center (GSFC) is seeking capability statements from all interested businesses that can design, analyze, manufacture, and test the WFIRST HGAS Jitter Damper. NASA/GSFC has a new requirement to provide a Jitter Damper on the High Gain Antenna System (HGAS) for the Wide Field Infrared Survey Telescope (WFIRST) Project. The HGAS Jitter Damper is required to reduce the mechanical excitations induced by motion of the two HGAS gimbal actuator motors and minimizes settling time after stepping the actuators. Note, this does not include the HGAS boom deployment damper, which is a separate subsystem. The High Gain Antenna System configures the antenna at the end of a boom, deployed from a stowed configuration using a hinge at the boom to deck interface. The Jitter Damper may be located at the hinge or at or near the boom midpoint. The HGAS jitter damper shall be qualified for spaceflight use over the mission lifetime, commensurate with the requirements of a NASA Class A mission, as specified in the upcoming HGAS Jitter Damper Specification and Statement of Work; details include, but are not limited to, the following: The HGAS jitter damper shall reduce jitter induced by the High Gain Antenna System and maintain adequate stiffness and provide at least 2% damping (TBR) over a specified temperature range. Damping shall be verified by both analysis and test (at temperature) inclusive of a life test program, if necessary. The HGAS Jitter Damper shall meet physical requirements in accordance with a Mechanical Interface Control Document (MICD); this includes, but is not limited to, interface definition, physical envelope, and mass properties. The HGAS Jitter Damper shall meet environmental requirements, as demonstrated through analyses and/or test as appropriate, including, but not limited to: quasi-static acceleration, stowed fundamental launch frequencies, sinusoidal and random vibration, shock, operating pressure range, depressurization rate, operational and survival temperature range, and static loads. The HGAS Jitter Damper shall meet cleanliness requirements as defined in the Specification including, but not limited to, surface contamination, contamination generation, and cleanability. The HGAS Jitter Damper shall meet design and construction requirements as defined in the Specification including, but not limited to, Parts, Materials & Processes; workmanship; joint design, and mechanisms design. WFIRST expects to procure one (1) Engineering Test Unit (ETU); one (1) Flight Unit; and, an option for one (1) Flight Unit. NASA is seeking capabilities from large and all categories of small businesses and HBCU/MSIs for the purpose of performing the work and in order to determine the appropriate level of competition and small business and HBCU/MSI subcontracting goals for this requirement. �Interested offerors having the necessary specialized capabilities to meet our requirements outlined above should submit a brief capability statement.� This capability statement should indicate the ability to be the Prime Contractor or Subcontractor and perform all aspects of the effort described herein.� It is insufficient to provide only general brochures or generic information.� Additionally, your responses must include the following:� name and address of firm, size of business; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned, affiliate information:� parent company, joint venture partners, potential teaming partners, and a summary of past relevant experience with the components mentioned above. Technical and procurement questions should be directed to: �Julie Janus at (301) 286-4931 or julie.a.janus@nasa.gov. It is requested that capability statements be submitted as described in the previous paragraphs by electronic mail to:� Julie Janus at julie.a.janus@nasa.gov, no later than 5:00 PM ET on Thursday, January 23, 2020. It is emphasized that this synopsis 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.� Upon review of the information provided to NASA, it is the Government�s intent to release a �Request for Proposal"", which could lead to a contract award.� Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement.� The Government reserves the right to consider a small business based on responses hereto.� No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in beta.SAM.gov.� It is the potential offeror�s responsibility to monitor this site for the release of any solicitation or synopsis. An ombudsman has been appointed -- The Center Ombudsman for this acquisition can be found at https://prod.nais.nasa.gov/pub/pub_library/Omb.html
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d853ebc909304b1dad9a5523eb5f3452/view)
 
Record
SN05536175-F 20200117/200115230200 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.