|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21,1997 PSA#1914NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail
Code: BE 18 -- THERMAL INSULATION TILES FOR THE X-38 SOL 9BE13-09-7-89P DUE
101597 POC Lisa Rea-Phillips, Contracting Officer, Phone (281)
483-8395, Fax (281) 244-5337, Email lreaphil@ems.jsc.nasa.gov WEB:
Click here for the latest information about this notice,
http://procurement.nasa.gov/EPS/JSC/date.html#9BE13-09-7-89P. E-MAIL:
Lisa Rea-Phillips, lreaphil@ems.jsc.nasa.gov. The NASA/Johnson Space
Center intends to issue a Request for Offers (RFO) for the production
of approximately 600 silica-based ceramic thermal protection system
tiles which will be used on the X-38 Vehicle 201 prototype Crew Return
Vehicle (CRV). The majority of the tiles shall be machined from an
advanced, lightweight density (~8.5 pounds per cubic foot (pcf))
substrate material, and coated with the Toughened Unipiece Fibrous
Insulation (TUFI) coating. A small number of the tiles (less than 10%)
shall be machined from a stronger advanced, high density (~12 pcf)
substrate material, and coated with the TUFI coating. A small number of
the tiles (less than 10%) shall include instrumentation (surface
thermocouples or pressure ports). Additional tiles produced for a fin
qualification unit (approximately 150 tiles) and various test articles
shall also fall under the scope of this RFO. The ceramic tiles
required will be advancements of the current Lockheed Insulation
(LI-900) tiles used on the Space Shuttle Orbiter. The bulk material
shall be a silica fiber based rigid ceramic in the form of a tile. In
addition to the silica fibers, the fibers of the bulk material may be
composed of combinations of either alumina, or aluminum borosilicate.
A boron nitride binder and a silicon carbide grit may also be used. The
tiles shall be waterproofed with either methyltrimethoxysilane or
Dimethylethoxysilane. The density of the un-coated and un-densified
ceramic insulation shall be no greater than 8 pcf (11). The ceramic
tile shall be coated with Toughened Uni-piece Fibrous Insulation (TUFI)
coating on five surfaces. The coating shall cover the outer mold line
surface of the tile, and extend 0.5 inches down the four sidewalls of
the tile. Offerors will be requested to provide the cost impact
associated with providing tiles densified on the inner mold line
surface with either tetraethylorthosilicate (TEOS) or Ludox. The
average ultimate strength of the low density tile substrate shall be a
minimum of 25 pounds per square inch (psi) for the
through-the-thickness direction (perpendicular to fibers) and 60 psi
for the in-plane (primary fiber direction) direction. The thermal
conductivity of the material shall be required to meet requirements
specified in the RFO. Similar requirements for strength and thermal
conductivity for the higher density substrate material will be included
in the RFO. The contract award will be segmented into several discrete
options, representing the various sections of the X-38 vehicle, i.e.,
forward fuselage, starboard and port fin, aft lower fuselage and base
region. An option for approximately 150 tiles for a fin qualification
unit will also be included, as will options for several potential
small test article tiles and an option for a second set of flight tiles
for X-38 vehicle 202. All parts shall be manufactured with documented
process specifications. Specifications utilized shall be provided to
and approved by JSC Engineering prior to manufacturing start.
Requirements for certification and guidelines for quality control will
be provided in the RFO. The tiles are to be manufactured direct from
computer-aided design (CAD) files which will be provided by the JSC.
These CAD files will represent the exact tile geometry, i.e., no
additional CAD work will be required by the vendor. This procurement is
being conducted under the NASA MidRange Pilot Test Program approved by
the Office of Federal Procurement Policy. See Numbered Note 26. All
responsible sources may submit an offer which shall be considered by
the agency. The anticipated release date of the RFO is on or about
9/15/97 with an anticipated offer due date of on or about 10/15/97. An
ombudsman has been appointed -- See Note "B". The solicitation and any
documents related to this procurement will be available over the
Internet. These documents will be in MS-Word format and will reside on
a World-Wide Web (WWW) server, which may be accessed using a WWW
browser application. The WWW address, or URL, of the NASA/JSC Business
Opportunities home page is
http://procurement.nasa.gov/EPS/JSC/class.html. Prospective offerors
shall notify this office of their intent to submit an offer. It is the
offeror's responsibility to monitor this site for the release of the
solicitation and amendments (if any). Potential offerors will be
responsible for downloading their own copy of the solicitation and
amendments (if any). Any referenced numbered notes can be viewed at the
following URL: http://genesis.gsfc.nasa.gov/nnotes.htm. (0231) Loren Data Corp. http://www.ld.com (SYN# 0221 19970821\18-0001.SOL)
18 - Space Vehicles Index Page
|
|