Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 4,1998 PSA#2151

NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BE

16 -- X-38 ELECTROMECHANICAL ACTUATORS SOL 9-BE13-27-8-41P POC Wendy L. Boudreaux, Contract Specialist, Phone (281) 483-5338, Fax (281) 244-5331, Email wendy.l.boudreaux1@jsc.nasa.gov -- Yolande B. Harden, Contracting Officer, Phone (281) 483-9953, Fax (281) 244-5337, Email yolande.b.harden1@jsc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/JSC/date.html#9-BE13-27-8-41P. E-MAIL: Wendy L. Boudreaux, wendy.l.boudreaux1@jsc.nasa.gov. NASA/JSC plans to issue a Request for Offer (RFO) for Electromechanical Actuators (EMAs) to drive aerodynamic control surfaces in support of the X-38 Vehicle 201, Vehicle 133, and Operational Vehicles. This procurement is comprised of a basic program, and four options. The basic program involves designing, developing, fabricating, testing, and delivering one qualification flap EMA and one qualification rudder EMA. Option 1 is for delivery of one ship set (two rudders and two flaps) of EMAs for the Vehicle 201. Option 2 is for delivery of one ship set of EMAs for the Vehicle 133. Option 3 is for delivery of one flap EMA and one rudder EMA which will be used for spares. Option 4 ise for delivery of six ship sets to be used on the Operational Vehicles. The performance periods are as follows: Basic program: 12-15 months Option 1: 9-12 months Option 2: 9-12 months Option 3: 9-12 months Option 4: 36 months There are two types of EMAs required for these vehicles, flaps and rudders. The flap EMAs will provide linear output, and the rudder EMAs will provide rotary output. The EMA design must incorporate two fault tolerance. Commonality of hardware between the rudder and flap applications should be maximized (i.e. common controllers if practical) to try to reduce development costs. The top level performance requirements are as follows: Flaps Rate vs. Load Case 1: 10,000 lbs @ 2.1 in/sec Case 2: 5,000 lbs @ 6.4 in/sec Case 3: 2,500 lbs @ 10.7 in/sec Frequency Response (-3dB at 90 degrees phase lag): 5 Hz Weight Controllers < 50 lbs Actuators < 125 lbs Volume Controllers < 7"X12"X18" Actuators < approx. 12"X12"X30" Voltage Level: 270 VDC nominal Rudders Rate vs. Load (actuator shaft output) Case 1: 422 in-lbs @1,485 deg/sec Case 2: 211 in-lbs @ 4,455deg/sec Case 3: 106 in-lbs @ 7,425 deg/sec Frequency Response (-3dB at 90 degrees phase lag): 5 Hz Weight Controllers < 50 lbs Actuators < 60 lbs Volume Controllers < 7"X12"X18" Actuators < approx. 5"X12"X23" Voltage Level: 270 VDC nominal The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. The SIC Code and Size Standard are 3769 and 1000, respectively. The DPAS Rating for this procurement is DO-C9. The provisions and clauses in the RFO and model contract are those in effect through FAC 97-05. All qualified responsible sources may submit an offer which shall be considered by the agency. The anticipated release date of the RFO is August 1998. An ombudsman has been appointed -- See Internet Note "B". The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in Microsoft Office Suite (Word 6.0, Excel 5.0, PowerPoint 4.0) 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 and/or the CBD 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 notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm. Posted 07/31/98 (D-SN231074). (0212)

Loren Data Corp. http://www.ld.com (SYN# 0243 19980804\16-0002.SOL)


16 - Aircraft Components and Accessories Index Page