Post on 31-Dec-2015
Industry Day Vibro-Acoustic Test Capability
April 3, 2007
2
Agenda
• 9:00-9:15 Welcome and Overview• 9:15-9:45 Overview of the CEV and Vibro-Acoustic
Testing• 9:45-10:15 Overview of the Space Power Facility• 10:15-10:45 General Overview of solicitation
and proposal process• 10:45-11:00 Break• 11:00-11:30 Tour 1• 11:30-11:45 Transition Time• 11:45-12:15 Tour 2• 12:15-12:45 Wrap Up
3
General Information
• Facility Safety
• All charts from today’s presentation will be posted to NAIS
• Questionnaire
• Questions may be answered orally during the course of this day.
• Official response will be in the form of an amendment to the RFP, which will be posted to the NAIS website
• Further questions shall be submitted to the Contracting Officer, Ron Matthews
• Tours of limited access areas of the facility are available upon request today.
Industry Day Vibro-Acoustic Test Capability
Project Orion and Integrated Environmental Testing OverviewJune ZakrajsekIntegrated Environmental Testing Project ManagerApril 3, 2007
55
Heavy LiftLaunch Vehicle
Crew Launch Vehicle
Earth Departure Stage
Orion - Crew Exploration Vehicle
LunarLander
Components of Program Constellation
6
Orion Lunar Mission
• Orion and Lunar Lander boosted to lunar orbit
– Up to 4 crew onboard
• Lander descends to lunar surface
• Orion is uninhabited during lunar surface operations
• Lander upper stage returns to Orion in lunar orbit
• Orion returns crew to Earth
7
Orion System Elements
Spacecraft Adapter – structural transition to launch vehicle
Orion consists of four
functional modules
Launch Abort System -- emergency escape during launch
Crew Module – crew and cargo transport
Service Module – propulsion, electrical power, fluids storage
8
Launch Abort Sequence
Attitude Control Motor
Reorientation for
LAS Jettison
LAS Jettison From CM
LAS Abort & Attitude Control Motors Ignited
CM Drogue
Deployment
LAS pulling CM safely free of CLV during abort
9
Project Objective/Overview
Provide Orion Structural Development Unit (SDU) testing and Integrated Environmental Orion Qualification Testing in a “test as you
fly” configuration
•Perform modifications to PBS SPF •Acoustic Vibration•Mechanical Vibration •Thermal-Vacuum •EMI/EMC testing
•Provide test support for Orion T&V SDU and Qualification testing
10
Orion Integrated Environmental Testing Organization
Chief EngineerRick Sorge
PM acting: June Zakrajsek
Deputy PM: Fred ElliottResource Analyst: Suzanne
QuintileScheduler: Jason LabayPP&C: Joyce Wanhainen
Risk and Quality Officer: Anita Tenteris
SafetyMark George- Inst. Safety
Richard Kalynchuk – Environ. Safety
SPF Facility ManagerJerry Carek
FacilitiesEric Patton
LM T&V Engineer Shane Roskie
Test Operations Phase
SPF Lead Engineers and Technicians: Thermal Systems, Vacuum Systems, Instrumentation/Controls, Mechanical/Structural, Contamination, Vibrations, Safety
Design/Build/Validation/Activate Phase
EMI/EMC Principle Engineer
Kurt Shalkhauser
Vibration Principle Engineer
Vicente Suarez
Thermal/Vacuum Principle Engineer
Henry SpeierGRC PBS
GRC Contractor
Prime Contractor
Orion T&V PO
Orion T&V CE
Cx T&V PO
11
Vibro-Acoustic Procurement
• Modify and prepare SPF to handle – EMI/EMC
– T/V
– Mechanical Vibration– Acoustic Vibration
• Critical Path is being ready for SDU testing in December 2008– Requires Mechanical Vibration and Reverberant Acoustic
Vibration Facilities
• Release competitive procurement for the Vibro-Acoustic Test Capability aspect of the project– Reverberant Acoustic Test Facility (RATF)
– Mechanical Vibration Facility (MVF)
– Common High Speed Data Acquisition System (HSDAS)
12
Driving Requirements
• Integrate new vibro-acoustic test capabilities within disassembly (west) area of SPF Facility
• Vibro-acoustic facilities required to be commissioned (verification testing successfully completed) by December 1, 2008
13
Mechanical Vibration Facility
• Mechanical Vibration Facility (MVF)
– CEV Test article ~18 ft dia, 75 ft high, weight ~75,000 lbs
– Three orthogonal single axis inputs (Sine and Random)
• Sine sweep to 150 Hz, up to 1.25g peak (vertical)
• Sine sweep to 150 Hz, up to 1.0g peak (lateral)
• Capability to conduct Random (driven mass is 10,000 lbm) to 7.33 grms
– Capability to conduct modal testing
14
Driving Requirements
• Reverberant Acoustic Test Facility (RATF)– 163 dB OASPL minimum requirement must be maintained
– Alternative I
• 163 dB OASPL; scarred for 166 dB
• Run times of 20 minutes at full level
• Door: 28.5 ft wide, full chamber height
• CEV Test Articles
– Alternative II: accommodate Constellation test article ‘concept payload’ and Alternative I requirements
– Alternative III:
• accommodate CEV & Constellation test articles
• propose design and/or performance requirements deviations to hold cost similar to Alternative I
• High Speed Data Acquisition– 1024 channels, expandable to at least 1536 channels
– 20 kHz bandwidth per channel
15
CEV Acoustic Test Article
16
CEV Additional Acoustic Test Article
Abbreviated Stack with Instrumentation Unit
Abbreviated Stack with Instrumentation Unit
17
Constellation Concept Payload Acoustic Test Article
23’ Dia.
31’
23’ Dia.
31’
Industry Day Vibro-Acoustic Test Capability
Space Power FacilityOverviewJerry CarekSPF Facility ManagerApril 3, 2007
19
Plum Brook Station
20
Space Power Facility
21
Space Power Facility Cutaway View
22
Facility Features
• Largest space simulation chamber in the world• Two story office building (16,000 ft2) with 46 offices
and several conference rooms• Separate Facility and Test control rooms• Assembly Area - 150 ft long x 75 ft wide x 80 ft high
with 25 ton overhead bridge crane• Disassembly Area - (Nuclear Rated) 150 ft long x 70
ft wide x 76 ft high with 20 ton overhead bridge crane• Electrical, machine, welding, and fabrication shop• Three sets of standard gauge rail tracks through
facility• 1.6 km radius buffer zone
23
Vacuum Chamber
– 100’ DIAMETER X 122’ HEIGHT– TWO 50’ X 50’ ACCESS DOORS– 300 TON FLOOR LOAD CAPABILITY– VIBRATION ISOLATION– 10 – 52” CRYOPUMPS W/VALVES– 16 - 48” DIFFUSION PUMPS (DC705)– LN2 BAFFLES AT PUMP INLETS– PUMPDOWN TIME ~ 8 HRS
24
View Through Chamber
25
Facility Architecture for CEV Testing
Assembly and Integration Area
Thermal/Vacuum and EMI/EMC Test Area
Random and Acoustic Vibration Test Area
26
Major Area for Facility Upgrades Vibration Test Area
27
Space Power Facility Plan View
28
Existing Cryogenic Systems
SPF LN2 & GN2 Distribution Systems
– 28 K GAL LN2 STORAGE (60 PSI SUPPLY)
– 200 K LN2 TANK LOW PRESSURE STORAGE
– ELECTRIC LN2 VAPORIZER FOR GN2
– GN2 STORAGE ~ 70,000 SCF @ 2600 PSI
– CRYOSHROUD GN2 RECIRCULATION COOLED WITH LN2 DESUPERHEATER
– LN2 SUPPLY FOR CRYOSHROUD AND DIFFUSION PUMP BAFFLES AND TEST SPECIFIC HARDWARE
– 11,000 CFM COMPRESSORS CIRCULATE GN2 THRU CRYOSHROUD
Capable of removing up to 14 MW of heat
29
Existing LN2 Storage
• 200,000 Gal LN2 storage tank – 3 psi MAWP
• 28,000 Gal LN2 storage tank – 150 psi MAWP
• Vaporization system – 1100 SCFM @ 2400 psi
30
Infrared Lamp System
INFRARED HEAT LAMP SYSTEM
DESIGN CHARACTERISTICS
– USES TUNGSTEN QUARTZ LAMPS– AUTOMATIC HEAT FLUX CONTROL– CLOSED LOOP TEMP CONTROL– VARIABLE TEMPERATURE RANGE – INDEPENDENT CONTROLLED BANKS– 7 MW POWER AVAILABLE INSIDE
CHAMBER
31
Ancillary Facility Support Systems
General Maintenance and certification is in progress for the following systems– Chamber door and bridge systems
– 8000 GPM closed system cooling tower
– Gaseous nitrogen system
– Facility service air system - 110 psig
– Electrical substation - 14 MW available
– Emergency power generator
– Facility Lifting Devices
Industry Day Vibro-Acoustic Test Capability
Overview of Solicitation and Proposal ProcessNNC07ZCH005JRon MatthewsContracting OfficerApril 3, 2007
33
Procurement Process Overview
• Procurement Schedule
• Streamlining Processes
• Evaluation Process
• Communications Process
34
Procurement Process OverviewObjectives of Process
• Fairness Ensure level playing field
• Comprehensiveness If we ask for it, we evaluate it
• Consistency Evaluate against Evaluation Factors – Same depth & breadth
• Confidentiality Debriefings are the only time these findings are mentioned outside the
SEB area
35
Procurement Process OverviewProcurement Schedule
Schedule is the Driver
• Final RFP Issued: Week of April 2, 2007• Site Showing: April 3, 2007• Proposal Due Date
– Volume II Past Performance April 25, 2007– Proposal Due May 2, 2007
• Source Selection NLT: May 21, 2007• Contract Award May 25, 2007• Contract NTP: June 1, 2007
36
Procurement Process Overview
Period of Performance
• Design/Build and Commissioning
– June 1, 2007 to December 1, 2008
• 6 months of Technical Support after Commissioning
37
Procurement Process OverviewStreamlining Processes
• Sources Sought Synopsis issued in Jan. 07– Received Industry feedback
• Procurement Synopsized March 9, 2007• Issued Draft RFP/SOW March 23, 2007
– Received additional Industry feedback– Early Past Performance Due Date
• Compressed Evaluation Schedule• Award without “Discussions”• Model Contract with Proposal• Post-Award Debriefings
38
Procurement Process OverviewState of Ohio Job Ready Sites
• State of Ohio has indicated potential availability of $5 M under its Job Ready Sites (JRS) Program for Orion Qualification
• Funding would flow to local State Governmental Agency (e.g. Cleveland-Cuyahoga County Port Authority)
• It is each Offeror’s responsibility to commit in its proposal to enter into a contract or other arrangement with the local State Governmental Agency to take advantage of this funding
39
Procurement Process OverviewEvaluation Process
• Alternatives– Alt I
• CEV requirements only (18’ test article)
– Alt II
• CEV requirements and Concept Payload (LSAM) test article
(18’ and 23’ test article)
• Must meet all requirements
– Alt III
• CEV requirements and Concept Payload (LSAM) test article
(18’ and 23’ test article)
• May trade requirements with exception of 163 dB, price remains similar to Alt I
• Only One Alternative will be selected• See Section M for evaluation process• Firm-Fixed Price Contract will be Awarded
40
Procurement Process OverviewEvaluation
• Proposals will be evaluated in accordance with NASA FAR Supplement 1815.3, Source Selection Sections 1815.300 through 1815.308. The Government will award a contract resulting from this solicitation to the responsible offeror whose proposal conforming to the solicitation will be most advantageous to the Government. The following factors will be used to evaluate proposals:
• 1. Technical Capability• a. Technical Approach • b. Schedule• c. Project Control Plan
• 2. Past Performance and Experience• 3. Price
41
Procurement Process OverviewTechnical Capability Adjective Ratings
• EXCELLENT – A comprehensive and thorough proposal of exceptional merit with one or more significant strengths per project element. No deficiency or significant weakness exists.
• VERY GOOD – A proposal having no deficiency and demonstrates over-all competence. One or more significant strengths have been found and strengths outbalance any weaknesses that exist.
• GOOD – A proposal having no deficiency and which shows a reasonably sound response. There may be strengths or weaknesses or both. As a whole, weaknesses not off-set by strengths do not significantly detract from the Offeror’s response.
• FAIR – A proposal having no deficiency and which has one or more weaknesses or significant weaknesses. Weaknesses outbalance any strengths.
• POOR – A proposal that has one or more deficiencies or significant weaknesses that demonstrate a lack of overall competence or would require a major proposal revision to correct.
42
Procurement Process OverviewAward Without “Discussions”
• Only Allows limited “Clarifications” of Proposals• No “Competitive Range” Determination• No Ability to Revise/Improve Proposal – Offeror’s
Initial Proposal IS its “Best and Final” • Benefits
– Streamlines Procurement Process– Eliminates Risks Inherent in Discussions
• Disadvantages – Precludes Ability to Correct Weaknesses– Precludes Ability to Address Price Unrealism
• Government MAY Still Choose to Conduct Discussions
43
Procurement Process OverviewModel Contract
• Complete Signed Contract Required with Proposal• Consists of Sections A thru J of RFP• Section L – INSTRUCTIONS, CONDITIONS, AND NOTICES TO
OFFERORS – This Section tells you what we want you to submit
• Section M - EVALUATION OF PROPOSALS – This Section tells you how we will evaluate it.
• Offeror shall complete and sign Cover Pages (SF1442 Form)– Offeror shall monitor NAIS
• All relevant and useful information will be posted as solicitation amendments
– All amendments SHALL be acknowledged
• Government will Countersign Model Contract upon Selection of Successful Offeror
• If Offeror has any questions or comments on Clauses or wording, the Offeror shall notify the Government immediately
44
Procurement Process OverviewCommunications
• General– Policy is to be as open as possible– Monitor individual procurement NAIS web sites
• Draft RFP Comments have been received and will be integrated in Final RFP as appropriate
• After Final RFP Posted– Blackout Period in Effect– Questions directly to Contracting Officer by April 13th – Shall be submitted in Writing
• Q&A’s will be posted on NAIS
45
Procurement Process OverviewProposal Advice
• Use the Final Solicitation to build your Proposal• Count the Pages Correctly (Technical Volume)
– Anything over the page limit will be removed from evaluation
• Don’t Put Technical Information in the Cost Volume• Use the Specified font• Test Electronic Disks before submitting• Provide Current and Accurate Phone Numbers and Addresses
for all References• Make Sure All Parts of the Proposal Tell a Consistent Story• Proofread, make sure if you reference “Volume X” that you
have a “Volume X”! – These things spell check won’t find.
• Recognize Today’s Security Environment at GRC and PBS Expect Delays at Gate
• Submit a professional product.
Industry Day Vibro-Acoustic Test Capability
Facility Tours &Crane Bay PhotosApril 3, 2007
47
48
49
50
51
Wrap Up