|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 5,1999 PSA#2470NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA
93523-0273 A -- INFLIGHT FORCE BALANCE/MEASUREMENT/MOUNTING SYSTEMJ TO BE
INTEGRATED INTO F-15B PROPULSION FLIGHT TEST FIXTURE (P-FTF) SOL
RFQ-P0RP09007-CLV DUE 111999 POC Carol L. Van Gelder, Contracting
Officer, Phone (661) 258-3071, Fax (661) 258-2904, Email
carol.van.gelder@dfrc.nasa.gov -- Monique M. Sullivan, Contracting
Officer, Phone (661) 258-2593, Fax (661) 258-2904, Email
monique.sullivan@mail.dfrc.nasa.gov WEB: Click here for the latest
information about this notice,
http://nais.nasa.gov/EPS/DFRC/date.html#RFQ-P0RP09007-CLV. E-MAIL:
Carol L. Van Gelder, carol.van.gelder@dfrc.nasa.gov. This notice is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in FAR Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; quotes are being requested and a
written solicitation will not be issued. This procurement is being
conducted under the Simplified Acquisition Procedures (SAP). NASA/DFRC
intends to purchase items, per SOW, from Integrated Aerosystems LLC,
Costa Mesa, CA., due to the unique configuration of this system in
supporting the F-15B aircraft. Proposed Statement of Work (SOW) for
P-FTF Force Balance, design, fabricate, install and calibrate dated
October 21, 1999. Statement of Work -- P-FTF Force Balance October 21,
1999 DFRC -- Propulsion and Performance Branch I. Overview The NASA
Dryden Flight Research Center has a requirement for an in-flight force
balance/measurement/mounting system to be integrated into the F-15B
Propulsion Flight Test Fixture (P-FTF).When fitted with propulsion
experiments (including Rocket-Based Combined-Cycle and Pulse Detonation
Engine components and Advanced Inlets) the force balance system must be
capable of measuring the thrust and drag forces generated in the axial
direction of the propulsion experiment. The capability to measure side
and normal forces will also be incorporated, making the P-FTF a
comprehensive research tool for use in a wide variety of future
experiments. II. Design The Force Balance shall be a strain gauge based
design with electronic outputs capable of connecting directly into the
existing P-FTF Data Acquisition System. It shall meet the following
design requirements: A) Size Requirement Each element of the force
balance (fore and aft) must be modular enough to fit within a fixed
geometry defined by the internal dimensions of the pylon (two
6.0"x7.0"x15.0" bulkhead compartments). The system will be designed to
be easily installed within the pylon; i.e. a few bolts should provide
complete installation. The system should be designed to be the final
component installed within the pylon prior to flight, allowing for
installation and manipulation of experiment hardware to be completed
without interference from the balance system. The system will be built
with a generic experiment mechanical interface: a flat plate with
standard bolt attachment to allow a wide variety of experiments. B)
Measurement The balance will be capable of measuring the following
loads within the specified accuracy: B.1 Force Direction: Axial(Thrust
& Drag); Maximum Measured: +/-2000 lbs; Minimum Accuracy: +/-1% or
+/-20 lbs. B.2 Force Direction: Normal(TLift & Weight); Maximum
Measured: +/-2000 lbs; Minimum Accuracy: +/-1% or +/-20 lbs. B.3 Force
Direction: Side(Yaw); Maximum Measured: +/-500 lbs; Minimum Accuracy:
+/-1% or +/-5 lbs. Figure 1 -- Maximum Measured Loads and Accuracy
These maximum measurement loads will serve as the maximum operational
limits for any experiment. There should be no permanent (plastic)
deformation within thebalance when it is operated within these limits.
For reduced cost, the normal and side loads need not be instrumented
but must be designed with the capability to be implemented with these
measuring requirements at a future time. C) Operational Safety The
balance will be designed to handle the following ultimate loads without
separation of the attached experiment from airplane and/or endangering
the airplane: C.1 Force Direction: Axial(Thrust & Drag); Factor of
Safety: 3 @ 1-g; Ultimate Load (Based on Fig-1): +/-6000 lbs. C.2 Force
Direction: Normal(Lift & Weight); Factor of Safety: 3 @ 1-g; Ultimate
Load (Based on Fig-1): +/-4500 lbs. C.3 Force Direction: Side; Factor
of Safety: 3 @ 1-g; Ultimate Load (Based on Fig-1): +/-1500 lbs. Figure
2 -Operational Safety Ultimate Loads This allows a factor of safety of
three for expected axial and side loads. The normal limit is nine
times that of the maximum expected weight of an experiment, 500 lbs.
This is to account for a '3 g' operational envelope for the airplane
incorporated with a factor of safety of three. D) Environmental Design
Due to atmospheric and aerodynamic conditions experienced during
flight, the thermal limits of the balance and any strain gages must be
-65 degrees fahrenheit to 200 degrees fahrenheit. The system must also
be able to attain the minimum accuracy for this temperature range. E)
Locking Mechanism The balance will be equipped with a locking mechanism
that will take loads off the strain gauges and other critical
components when it is not in use. The minimum requirement of the
locking mechanism be able to be employed during ground operations. i.e.
pins removed by hand would be acceptable. However, this locking
mechanism may be automated during flight to relax the 4500 lb ultimate
normal load requirement. Since the balance will only be operated at
one g in an experimental measurement capacity, it could remain locked
during maneuvering where the 3-g limit is required and unlocked during
testing. Thus, the ultimate normal load requirement would be 1500 lbs
for this modification to the system. However, this type of system must
be designed to be "fail safe". Any failure in the locking mechanism
would result in a locked balance. III. Design Review before Fabrication
Upon final completion of design and before any construction begins, the
vendor will present a final design review to Dryden including final
drawings, strain gauge output, and expected performance. IV.
Fabrication The vendor shall fabricate one balance to the design
requirements. The balance shall be constructed of an aluminum of the
vendors choosing, although 2024 is preferred. The vendor will provide
all materials for fabrication. The vendor will make available all
quality control documentation, including drawings, to Dryden upon
completion of the balance. The vendor will also provide updates of the
construction progress upon request. V. Installation and Calibration
The vendor will be responsible for the installation of the balance into
the Propulsion Flight Test Fixture. Also, the vendor will be
responsible for calibrating the balance once it is installed and will
provide the calibration information to Dryden. V11. Schedule
Requirements The detailed design, development, fabrication,
installation and calibration of this system must be less than six (6)
months. The provisions and clauses in the RFQ are those in effect
through FAC 97-14. This procurement is a total small business
set-aside. See Note 1. The SIC code and the small business size
standard for this procurement are 3596 and 500, respectively. The
quoter shall state in their quotation their size status for this
procurement. The DPAS rating for this procurement is DO-C9. Quotations
for the items(s) described above may be mailed or faxed to the
identified point of contact. Questions regarding this acquisition must
be submitted in writing no later than November 10, 1999. Quotations
are due by November 19, 1999, 3:00 PM PST to the address or faxed to
the identified point of contact specified above. An ombudsman has been
appointed—See Internet Note "B". Prospective quoters shall
notify this office of their intent to submit a quotation. It is the
quoter's responsibility to monitor the following Internet site for the
release of amendments (if any):
http://procurement.nasa.gov/EPS/DFRC/class.html. Potential quoters will
be responsible for downloading their own copy of this combination
synopsis/solicitation and amendments (if any). See Note(s) 1 and B. Any
referenced notes can be viewed at the following URL:
http://genesis.gsfc.nasa.gov/nasanote.html Posted 11/03/99
(D-SN397565). (0307) Loren Data Corp. http://www.ld.com (SYN# 0005 19991105\A-0005.SOL)
A - Research and Development Index Page
|
|