Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2023 SAM #7730
SOURCES SOUGHT

A -- Thrust Measurement System

Notice Date
1/24/2023 3:40:24 PM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
FA9300 AFTC PZR EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
FA9300PZRA0001
 
Response Due
2/3/2023 4:00:00 PM
 
Point of Contact
Alvaro Guzman, Phone: 6612775686, Tyler Pittmon, Phone: 6612770247
 
E-Mail Address
alvaro.guzman.1@us.af.mil, tyler.pittmon@us.af.mil
(alvaro.guzman.1@us.af.mil, tyler.pittmon@us.af.mil)
 
Description
This Request for Information (RFI) is issued as market research. All requirements identified in this RFI are tentative and will be finalized prior to the release of any request for proposal (RFP). The Government may use the HERMES Broad Agency Announcement (BAA) Solicitation FA9300-20-S-0001, for the eventual request RFP. The potential topic number from the HERMES BAA is RQRM Topic 3. The Government DOES NOT intend to award a contract or purchase order in response to this RFI or otherwise pay for the information submitted. The information provided is entirely voluntary and will not impact the ability to bid on future requirements. This RFI is for planning purposes only and shall not be considered a request for proposal (RFP), request for quote (RFQ), or as an obligation on the part of the Government to acquire any products or services. The information provided may be utilized by the Air Force Research Laboratory (AFRL) in developing its acquisition strategy should a decision be made to proceed with acquiring the items/services listed in this RFI. The information received in response to this RFI may be included in one or more future solicitations. All responses shall include the following information: 1. Company Name 2. Business Size for subject NAICS 3. Cage Code 4. Details on which line items your company is able to provide and any applicable restrictions AFRL is seeking U.S. sources with the capability to provide the items/services listed in this RFI. All replies are to be provided to the Contracting Officer, Alvaro Guzman, alvaro.guzman.1@us.af.mil. All responses to this RFI must be received NO LATER THAN Friday, January 27, 2023 at 4:00 p.m. PST. � � � � � � � � � � � � � � � � � � � � � � � � � � � �*****Requirements�Thrust Measurement System***** AFRL/RQRO is refurbishing and reactivating a large scale vertical rocket test stand and requires a new and modern modular and multi-configurable Thrust Measurement System that can accommodate a variety of rocket motors/engines for use in collecting and delivering critical thrust and other force data to our future customers. AFRL/RQRO is looking for a custom designed and built Thrust Measurement System that� � � � � � � � � � � � � �*****Thrust Measurement System must meet the following additional requirements***** � Is designed to fit within the existing Test Stand Structure, to include designing modifications to the Test Stand and/or it�s Thrust Abutment � Is capable of holding, in a vertical alignment, a variety of different rocket motors/engines, targeting between 30 � 85 inches in diameter and 100 � 420 inches in length, with a maximum weight of 90,000 lbs � Is capable of attaching to the fore and/or aft skirt of the rocket motor/engine, within the variable width/length envelop � Is capable of measuring thrust forces in all 6 degrees of freedom, between 80 � 350 Klbf of thrust and up to 10 degrees of gimbaled nozzle angle � Includes an integrated winch/lifting system designed to install and maintain the TMS as well as serve as the primary lift mechanism for loading the rocket motor/engine onto the TMS � Can be calibrated in-situ, with a motor installed � Is accurate to within 0.25% at 350 Klbf and 10 degrees of gimbal in thrust (axial), pitch (lateral), and yaw (lateral) components � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �*****Questions***** Interested parties to this RFI may provide recommendations they have for such a program. Interested parties are not required to provide answers to questions, but rather where their respective areas of expertise or alliances may allow performance of tasks to answer a specific question list below. 1. Is your organization interested (capable?) in performing all of the work implied, to include engineering & design, fabrication, delivery & installation, and verification/checkouts, of the TMS and it�s associated components (e.g. integrated lifting/winching system), or are you responding with interest in a subpart of the work (e.g. Design only)? 2. What does your organization consider the life-cycle limit of the TMS and/or any key components (e.g. load cells) to be, and how can this influence the design? 3. What are some possible methods to minimize slop or other movement within the TMS with a load applied? 4. What are some possible methods to maximize the modularity of the TMS to account for rockets of variable dimensions? 5. What are some possible methods to minimize the operational cost and effort typically associated with calibrating multi-component thrust stands? 6. The government is considering the use of fixed price or cost-plus type contract vehicles. From the perspective of your organization, please comment on the advantages and disadvantages of these types of contract vehicles. Also comment on what you believe will be the advantages disadvantages to the government with respect to these contract vehicles. 7. If the government utilizes a hybrid type contract vehicle containing both fixed price and cost plus CLINs, what activities would your organization recommend be fixed price and which activities should be cost plus. 8. Is your organization interested in submitting a whitepaper on this topic under the Hermes BAA? � � � � � � � � � � � � � � � � � � � � � � � �*****A PDF FILE OF THIS RFI HAS ALSO BEEN ATTACHED*****�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/17e97274c9ff47f4bb69aa59e7dd76bc/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN06572287-F 20230126/230124230110 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.