|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 13,1995 PSA#1451NASA/GSFC, CODE 214.4, GREENBELT, MD 20771 99 -- MIDEX SPACECRAFT COMPONENTS POC JOAN W. TOMASELLO, CONTRACTING
OFFICER, (301)286-6535. 99 Goddard Space Flight Center (GSFC) is
interested in surveying possible sources of spacecraft components for
upcoming NASA missions, including the MIDEX series of Explorer
spacecraft. MIDEX is NASA's new medium-sized class spacecraft program,
designed to provide frequent, high-end space science missions at the
lowest possible cost. In order to minimize MIDEX development costs,
GSFC is planning on procuring standard products which have been
developed for the commercial market. To that end, GSFC is currently
developing component specifications which will allow vendors to propose
existing products rather than requiring new developments. It is our
goal that these specifications can be used over a wide variety of
missions, by a variety of spacecraft developers. This will encourage
the development of more open space system architectures. The components
listed below were selected to envelope the requirements of several
possible NASA missions, but do not necessarily represent the
requirements of any singular mission. They are limited to Attitude
Determination and Control, and Power subsystem components at this time.
Vendors should use the performance list as a set of guidelines with
which to match their closest standard product, rather than a set of
minimum requirements. Performance guidelines have been determined from
the advertisd capabilities of the MIDEX spacecraft. Vendors are asked
to respond with information describing capabilities, experience, past
performance, and qualifications, on one or more of the components
listed below. Vendors are strongly encouraged to provide in their
capability statement information about other standard products which do
not necessarily fit the performance category listed below, but could be
used for other missions. Vendors are not expected to provide
information about the entire list, only those components for which they
consider themselves potential sources. Information about a vendor's
internal product quality system is also appreciated. INERTIAL REFERENCE
UNIT: Provide information about rate sensing units (either single axis
or multiple axis packages) that provide integrated rate information
over a non-proprietary data interface (preferably employing a standard
data interface such as MIL-STD-1773, ML-STD-1553 or RS-422).
Appropriate performance includes output quantization less than 0.1
arcsecond, and angle random walk less than 0.01 degrees/root hour. In
order to fully cover the range of possible missions, information about
IRU's that exceed this performance class are also encouraged to
respond. MOMENTUM EXCHANGE DEVICES: Provide information about momentum
storage devices (either momentum or reaction wheels) that can provide
between 10 and 20 Newton-meter-seconds of momentum storage and 0.08
Newton-meters of reaction torque. The data interface must provide an
interface for torque commands and tachometer data. The wheel may be an
integrated unit or be divided into separate wheel and electronic
assemblies. Information about wheels that provide different torque or
momentum storage capabilities is strongly encouraged, but not required.
DIGITAL SUN SENSORS: Provide information about digital sun sensors that
fit into any of the following performance categories: a spinning
spacecraft sun sensor (used to provide attitude reference in the
transverse axis of a spinning spacecraft), a digital sun sensor (used
for sun knowledge better than 0.5 degrees over a 100 degree x 100
degree FOV), and a fine sun sensor (used for knowledge better than 2
arcminutes over a 50 degree x 50 degree FOV). EARTH SENSORS: Provide
information about earth sensors that fit into any of the following
categories: horizon crossing indicators (used on spinning spacecraft to
provide an Earth Reference), GEO sensors (FOV scaled to provide
attitude reference at Geosynchronous orbit), and LEO sensors (used for
knowledge of the nadir vector to within 0.5 degrees). Sensors which
exceed the performance listed are encouraged to participate in order to
correctly assess the capabilities of the market. STELLAR SENSORS:
Provide information about standard stellar sensors and star trackers
that can provide inertial attitude reference to better than 1
arcminute. Sensors can either provide a quaternion output that
represents the projection of the boresight with respect to an inertial
coordinate system or provide raw data which provides star positions
relative to the boresight. Sensor data should be provided over a
non-proprietary data interface (preferably employing a standard data
interface such as MIL-STD-1773, MIL-STD-1553 or RS-422). Vendors are
encouraged to discuss capabilities beyond those requested here, and to
discuss tradeoffs beteen system performance and unit cost. GPS
RECEIVERS: Provide information about GPS receiver networks that can
provide a correlated time reference and orbital position accurate to
within 500 meters absolute. Sensor data should be provided over a
non-proprietary data interface (preferably employing a standard data
interface such as MIL-STD-1773, MIL-STD-1553 or RS-422). Vendors are
also encouraged to discuss attitude determination via GPS, in addition
to the requirements listed above. SOLAR CELL ARRAY BUILDING BLOCK
DESIGNS: Provide information about qualified solar array segments for
a direct energy transfer (DET) system with an unregulated 28 volt
(28+/-7) battery bus. The intent is to reuse existing designs, tooling,
materials, procedures, and qualification of the basic building blocks
of the solar array. Information is requested regarding array segments
from single strings up to approximately 1000W BOL, 28V, 28xC, AMO sized
sections. The information requested is: string configuration, cell
type, coverglass type and thickness, overall dimensions, substrate
requirements - if any, stringing arrangement for multiple string
segments, temperature range and cycles of qualification and original
mission, radiation degradation curves and design life. Vendors are
encouraged to include a large number of configurations to maximize the
likelihood that reuse can occur. BATTERY DESIGNS: Provide information
about qualified long-life battery options. Information is requested
for NiCd and NiH2 types of 22 cell configurations with amp-hour
capacities up to approximately 50 AHr. For the NiH2 types, Individual,
Common and Single Pressure Vessal configurations are being considered.
Vendors are encouraged to include information on various mechanical
configurations to minimize redesign efforts. Requested information is:
battery type, weight, overall dimensions, capacity, qualification and
flight history including number of cycles, depth of discharge and
temperatures. This is not a Request for Proposal and should not be
construed as a committment by the government. Rather, information
gathered by this survey will be used to validate specifications which
may be required for procurements to take place later this fiscal year.
Draft copies of these RFPs may be made available to potential sources
for review and comment in the upcoming months. Prospective sources
should submit the required data within 20 days of the dat of this
publication. All interested parties to the Sources Sought synopsis need
not submit another request. Electronic versions of the documents will
be provided on the World Wide Web at
http://genesis.gsfc.nasa.gov/procure.htm, and by anonymous ftp to
genesis.gsfc.nasa.gov/public/solicita. (0284) Loren Data Corp. http://www.ld.com (SYN# 0405 19951012\99-0005.SOL)
99 - Miscellaneous Index Page
|
|