Skip to content Login
NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

SPIN ARBOR DESIGN AND TESTING


Synopsis/Solicitation Combo - May 26, 2004
Amendment 01 - Posted on Jun 01, 2004

General Information
Solicitation Number: NNC04066564Q
Posted Date: May 26, 2004
FedBizOpps Posted Date: May 26, 2004
Original Response Date: Jun 15, 2004
Current Response Date: Jun 15, 2004
Classification Code: H -- Quality control, testing and inspection services
NAICS Code: 541380 - Testing Laboratories

Contracting Office Address
 
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

Description
 
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; offers are being requested and a written solicitation will not be issued.

This notice is being issued as a Request for Quotations (RFQ)] for Spin Arbor Design and Testing per the following SOW:

Dual Microstructure Wheel Statement of Work

NASA will provide four wheels to the vendor. The vendor will spin test these four wheels to burst at room temperature conditions and provide test results. The vendor must have previously performed spin testing for AADC or GEAE.

BASE PERIOD – PRELIMINARY ARBOR DESIGN • The vendor shall provide engineering consulting services to NASA, AADC and GEAE to define the arbor to spin test wheel attachment fasteners and geometry. • The vendor shall provide preliminary spin arbor drawings to NASA, AADC and GEAE. • This work will be performed between June and September 2004. • The cost of the base period shall not exceed $10,000.00.

OPTION 1 - FABRICATION AND TEST (Starts after October 2004) Tooling:

The Vendor shall design and fabricate the tooling necessary for spin testing, to include:

 Design and fabrication of four identical spin arbors to act as the attachment between the spin test wheel and the drive spindle. Design effort to include the following:

- Modeling of test piece service conditions - Selection and proper processing of spin arbor material - Analysis of spin arbor stresses and deflections - Proper interface between the spin arbor and test rotor - Dynamic stability analysis of rotating assembly (spindle/arbor/test wheel)

 Design and fabrication of a slip ring burst mitigation hardware, to avoid damage to the slip ring during burst tests

Instrumentation:

Application of instrumentation to four spin test wheels includes:

 Design layout of instrumentation on rotating assembly  Application of instrumentation and lead wires

Balance Setup:

Setup of balancing machine in preparation for balancing

Balancing:

Balancing of four spindle/arbor/rotor assemblies

Spin Testing of Dual Microstructure Disk:

Spin testing of four dual microstructure disks includes:

Spin Pit Set-up:

Setup of the spin testing equipment in preparation for testing, includes:

 Installation of drive turbine  Turbine proof test using dummy load  Configuration of control system  Calibration of speed controller  Setup of digital data acquisition system  Installation of instrumented rotating assembly  Mounting of slip ring  Termination of lead wires

Spin Testing:

Spin testing of disk assemblies to failure, while recording all pertinent instrumentation data.

 Estimated burst speed: 18,000 rpm  Temperature: Ambient

Reporting:

Test report will include balancing and burst speed certification(s), as well as spin testing vibration versus speed graphs. All instrumentation data will be reduced and included in the final report.

Spin Test System Refurbishment:

Repair of the spin test equipment following burst test of each rotor. Refurbishment includes inspection/repair of the following items:

Turbine Slip Ring Intermediate Bearing Assembly Damper bushing Contact assembly Bearing assemblies Spindle seal Seal holder Wear plate Damper rings Bearings

High Speed Video:

The vendor shall provide high speed video to ensure visual data will be recorded during the burst event to direct the post-test failure analysis effort. This includes:

• Setup of high speed video system, including aligning camera and installing trigger fence.

• Recording of burst tests at speed with high speed video system. Burst video to be formatted as a digital movie for display with a computer.

Application of paint scheme to rotor surface to provide reference points for locating the rotor failure area on high speed video.

Radial Growth Testing:

The vendor shall measure, record and report the elastic and plastic growth of test rotor during spin testing. Data will be recorded throughout the whole speed range for each test. Testing includes:

 Calibration of 2 radial growth probes with each rotor OD surface  Installation of radial growth probes  Recording of radial growth data during tests  Reduction of growth data into report format

Replacement of Radial Growth Probes:

The radial growth probes (2 per test) will remain installed up through the burst event. This allows for recording of additional potentially critical data points. The probes will be consumed during the burst event and replaced for subsequent testing.

Documentation:

The vendor shall provide a formal certification document for each of the 4 test articles. All test material must be available for 5 years at the vendor for inspection or duplication.

Schedule:

Design and fabrication of tooling is expected to occur between January and June 2005. Instrumentation and balancing is expected to occur between June and July 2005. Testing (including setup, testing, and refurbishment of spin test system) is expected to occur between July and October 2005.

The provisions and clauses in the RFQ are those in effect through FAC 01-23.

The NAICS Code and the small business size standard for this procurement are 541380 and $6M respectively. The offeror shall state in their offer their size status for this procurement.

All responsible sources may submit an offer which shall be considered by the agency.

Offers for the work described above is due by June 15, 2004 to NASA/Glenn Research Center, Mail Stop 500-306, 21000 Brookpark Road, Cleveland, OH 44135 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), CAGE CODE, identification of any special commercial terms, and be signed by an authorized company representative.

Offerors shall provide the information required by FAR 52.212-1 (JAN 2004), Instructions to Offerors-Commercial, which is incorporated by reference.

If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin.

FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable.

FAR 52.212-5 (APR 2004), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.225-16, 52.222-41, 52.222-42, 52.222-43, 52.222-44. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/

The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm

All contractual and technical questions must be in writing (e-mail or fax) to the Contracting Officer not later than COB June 4, 2004. Telephone questions will not be accepted.

Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Evaluation will be based upon BOTH the base period and Option 1 together. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)).

Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract.

An ombudsman has been appointed -- See NASA Specific Note "B".

It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin;=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).

Any referenced notes may be viewed at the following URLs linked below.


Point of Contact
Name:Carol K. Sharp
Title:Contracting Officer
Phone:(216) 433-2771
Fax:(216) 433-2480
Email:Carol.K.Sharp@nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at:
NASA Insignia Owner: Ron Crider | Technical Support | Section 508 Compliant
Last revised: June 09, 2004 by DLE