Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 07, 2020 SAM #6765
SOURCES SOUGHT

15 -- Titanium Aeroshell Structure Fabrication Feasibility

Notice Date
6/5/2020 11:40:39 AM
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
NASA LANGLEY RESEARCH CENTER HAMPTON VA 23681 USA
 
ZIP Code
23681
 
Solicitation Number
RFI-TitaniumAeroshellFab
 
Response Due
6/25/2020 7:00:00 AM
 
Archive Date
07/10/2020
 
Point of Contact
Michelle Crawford, Phone: 7578648357
 
E-Mail Address
michelle.l.crawford@nasa.gov
(michelle.l.crawford@nasa.gov)
 
Description
The National Aeronautics and Space Administration (NASA) Langley Research Center (LARC) is seeking information from industry on the feasibility of fabricating a titanium aeroshell structure. The aeroshell shape is proposed to utilize a sphere-cone geometry comprised of a rounded nose section and a conical aft-body with a half-angle between 45 degrees and 60 degrees as illustrated in Figure 1, and with a maximum diameter between 1.0 meters (39.4 inches) and 1.5 meters (59.1 inches). NASA is currently conducting feasibility assessments of different concepts for the aeroshell structure. One of the structural concepts being considered utilizes a thin-walled titanium conical shell with cylindrical center section and hemispherical nose, an added shoulder stiffener, and a support plate as shown in Attachment 1. NASA is seeking sources with the capability to fabricate the proposed titanium aeroshell structure, and for those sources to provide the information requested below related to their capabilities and the feasibility of meeting NASA�s requirements. NASA is specifically seeking the following information. Fabrication Approach: Provide a recommended approach for fabricating the titanium aeroshell structure. Describe the techniques and equipment that would be employed to form the individual aeroshell components and how these components would be joined (e.g. welding, fasteners, rivets). NASA is particularly interested to learn if any of the aeroshell dimensions illustrated in Figure 1 introduce significant challenges or risks to the fabrication process. NASA does not have a requirement for the manner in which the structure is sub-divided into individual components. Dimensional Stability: Provide a recommended approach for maintaining dimensional stability of the aeroshell components and the assembled structure to achieve geometric tolerances on the order of 0.10 mm (0.004�) to 0.20 mm (0.008�). Given the relatively thin-walled construction of the aeroshell, NASA is interested to learn if the required tolerances can be achieved through forming processes alone, or if machining will be required, particularly in cases where welding or thermal treatment of the titanium will be employed in the fabrication process. Material Feasibility: NASA requires the aeroshell titanium to exhibit the mechanical properties of Ti-6AL-4V (Titanium Grade 5). Please indicate if the recommended fabrication processes are feasible with Ti-6AL-4V, and if the final material properties are expected to be altered by work-hardening effects, weld heat-affected zones, or heat treatment processes necessary to fabricate the titanium aeroshell structure. Recommend alternative titanium alloys if Ti-6AL-4V is not feasible. Rough Order-of-Magnitude Cost and Schedule: Provide a rough order-of-magnitude (ROM) cost for fabricating eight (8) complete aeroshell structures over a three-year period. Information on the time/schedule necessary to fabricate a single aeroshell structure is also requested. NASA LARC is seeking capability statements from vendors, including the additional information requested above, specific to the feasibility, cost, and schedule of fabricating the titanium aeroshell structure. Information is requested from all interested parties, regardless of business size or status, for the purposes of determining future requirements. Interested parties that have the experience base, expertise, and capabilities necessary to meet or exceed the stated requirements are invited to submit a response to this Request for Information.� To note: this effort will be limited to US Companies due to EAR/ITAR restrictions. Response Instructions: We request responses no later than 10:00 a.m. on June 25, 2020 � in the form of written and illustrated concepts, ideas, descriptions of capabilities, and rough order of magnitude cost and schedule that address the information requested above. Responses shall be submitted via email to Michelle Crawford (michelle.l.crawford@nasa.gov). Phone calls will not be accepted. The subject line of the submission should be �RFI Titanium Aeroshell� and attachments should be in Microsoft Word, PowerPoint, or PDF format. Files should not be greater than seven (7) pages (no less than 12-point font, except in figure captions) and contain the following information: Name of submitter and contact information, phone number, email address, and address of firm Identification of business size under anticipated NAICS code 336414 CAGE code/DUNs number Number of years in business and list of customers for the past five years: The Government encourages respondents to provide a list of customers for the past five years that helps demonstrate the respondent firm's capabilities and experiences. (Interested parties may opt to present a subset of past customers that is most relevant to the requirement.) Discussion of past experiences and performances relevant to the requirements above, including supporting evidence from past projects or programs Statement of current capabilities and qualifications that address the respondent's ability to provide support and meet NASA�s specific requirements. The response shall include the information requested above related to the feasibility, cost, and schedule of fabricating the aeroshell structure. DISCLAIMER It is not NASA's intent to publicly disclose vendor proprietary information obtained from this RFI. To the full extent that it is protected pursuant to the Freedom of Information Act and other laws and regulations, information identified by a respondent as ""Proprietary or Confidential"" will be kept confidential. It is emphasized that this RFI is for planning and information purposes only (subject to FAR Clause 52.215-3, ""Request for Information or Solicitation for Planning Purposes"") 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. NASA will decide on whether to proceed with a procurement action, based on the responses received. 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 respondent�s responsibility to monitor that site for the release of any solicitation or synopsis. The Government intends to review all responses submitted by Industry. At our discretion, NASA may hold meetings with respondents as needed to clarify responses and obtain further details. No evaluation letters and/or results will be issued to the respondents.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a7242c13148046b9a29db76031f8ec00/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05682425-F 20200607/200605230147 (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.