Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 5,1999 PSA#2470

NASA/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