Florida Bids > Bid Detail

Collecting Data from Medium or Greater Class Commercial Launch Vehicle Missions to Characterize Low-G Slosh Behavior RFI

Agency: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159353338673917
Posted Date: Mar 22, 2023
Due Date: May 22, 2023
Solicitation No: RFI-KSC-LGS-2023
Source: https://sam.gov/opp/6abcd02c6b...
Follow
Collecting Data from Medium or Greater Class Commercial Launch Vehicle Missions to Characterize Low-G Slosh Behavior RFI
Active
Contract Opportunity
Notice ID
RFI-KSC-LGS-2023
Related Notice
Department/Ind. Agency
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Sub-tier
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Office
NASA KENNEDY SPACE CENTER
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 22, 2023 11:55 am EDT
  • Original Response Date: May 22, 2023 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: V126 - TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: SPACE TRANSPORTATION/LAUNCH
  • NAICS Code:
    • 927110 - Space Research and Technology
  • Place of Performance:
    FL 32899
    USA
Description

Description



NASA/John F. Kennedy Space Center (KSC) is hereby soliciting information from potential sources for data necessary to characterize the slosh behavior of propellant in a micro-gravity or low-acceleration environment (“low-g slosh”).



The primary purpose of this RFI is to collect information from industry on methods to capture internal propellant tank slosh dynamics in a low-g slosh environment and its effects on the launch vehicle control system. The intent is to collect this data on an existing mission using internal tank camera video footage, Inertial Measurement Unit (IMU) data and control effector commands during unpowered/coast phases of flight but alternative data collection method solutions are welcome and encouraged.



The market research information gathered from this RFI will be used in determining whether to pursue implementation. Information submitted in response to this RFI will also be used by NASA in the determination of the final content of any future solicitation(s). A determination by the Government not to proceed with implementation, based upon responses to this notice, other market research, or other information pertinent to this acquisition, is solely within the discretion of the Government. Respondents will NOT be notified of the results of the analysis of submissions received.



No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on SAM.gov. Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis.



Background



The NASA Launch Service Program (LSP) serves as the Agency's provider of domestic launch services and advisor on commercial launch systems. LSP oversees mission integration, mission analysis, launch vehicle production, and down range telemetry assets at various domestic and international locations.



Domestic launch services for NASA payloads may include longer duration missions in support of the Artemis program. For these missions, it could be advantageous to use the launch vehicle upper stage to conduct Lunar Orbit Insertion (LOI) or Ballistic Lunar Transfer (BLT) maneuvers that occur days or even months post launch. Future launch services may also require the use of on-orbit propellant loading, which would require that vehicles remain in microgravity for extended periods of time with large amounts of onboard propellant. In both cases, the management of large propellant quantities over an extended period will require a better understanding of low-g slosh dynamics.



Slosh behavior in an accelerating environment (“high-G slosh”) is currently a well understood problem with several simple mechanical analogies that can be used for modeling purposes. However, in the early days of rocketry, high-g slosh was as similarly unknown as the low-g slosh problem is today. High-g slosh mathematical models were validated by conducting numerous ground experiments that were later validated during flight testing. The purpose of gathering this data is to provide a similar base of data for low-g slosh model validation.



NASA LSP is interested in collecting and analyzing data on low-g slosh from commercial launch vehicle missions. The high launch rate of various spacecraft provides an opportunity to acquire this information on multiple missions with repeatable initial conditions. Following payload deployment, significant amounts of propellant usually remain for a disposal maneuver that occurs after a coast period of several minutes. An example sequence follows: after a short settling sequence to move the propellant to a known initial condition, maneuvers are conducted with the Attitude Control System (ACS) that are designed to excite low-g slosh dynamics. During and after these maneuvers, video of the low-g slosh behavior is collected from internal tank cameras while the rigid body response and ACS activity are collected via vehicle telemetry. The final product of these on-orbit experiments would be data files containing synchronized slosh video footage, IMU and ACS command time histories.



Specific Information Solicited



The objective of this RFI is to solicit information from industry that could be used to inform NASA’s approach for acquiring launch vehicle data to characterize low-g slosh behavior.



Provide information regarding the overall data collection concept including any additional sensors, flight software modifications and operational considerations that would be required to implement the concept.



Provide expected ROM costs for implementation.



Submission Instructions



NASA KSC is seeking capability statements from all interested parties, including all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI), and members of the underserved communities as defined by Executive Order 13985, Advancing Racial Equity And Support For Underserved Communities Through The Federal Government, for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for Low-G Slosh Behavior. The Government reserves the right to consider a Small, 8(a), Women-owned (WOSB), Service Disabled Veteran (SD-VOSB), Economically Disadvantaged Women-owned Small Business (EDWOSB) or HUBZone business set-aside based on responses received.



All responses shall be submitted electronically via email to Jennifer O’Neill, at Jennifer.L.Dorsey@nasa.gov no later than May 22, 2023, at 3:00 pm local time (Eastern). Please reference Low-G Slosh Behavior in any response.



This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation.



Responses to this RFI are not offers and cannot be accepted by NASA to form a binding contract. NASA may not respond to questions/concerns submitted; however, NASA will consider information provided when determining its strategy.



Submission of any information in response to this notice is completely voluntary. Please note, NASA as well as support contractors and/or their sub-contractors working on behalf of the Government may be reviewing the information. Responses should be based on the material contained in this notice and any other relevant information the contractor thinks is appropriate. Comments or suggestions relevant to this requirement are welcome and may also be included in the response. Contractors are welcome to submit any additional documentation that may support their ability to comply with the Government’s requirement.



Interested firms having the required capabilities necessary to meet the above requirement described herein should submit a capability statement of no more than 15 pages indicating the ability to perform all aspects of the effort.



An ombudsman has been appointed in accordance with NFS 1852.215-84.


Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • KENNEDY SPACE CENTER FL 32899-0001
  • KENNEDY SPACE CENTER , FL 32899
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 22, 2023 11:55 am EDTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >