Search Contract Opportunities

AES Modular Power Systems (AMPS)

ID: 80GRC019MSX01 • Type: Sources Sought

Description

Advanced Exploration Systems (AES) Modular Power Systems (AMPS) Project Sources Sought/Request for Information (RFI)

1. Synopsis
The National Aeronautics and Space Administration (NASA) Glenn Research Center (GRC), working in support of NASA's Advanced Exploration Systems (AES) Program, is seeking information through this Sources Sought/Request for Information (RFI) to develop modular power systems for potential integration into current and future missions. The approach that NASA GRC has taken is to release a Modular Electronic Standard for Space Power Systems (MESSPS) that defines functions and interfaces of standard electronics modules, that when integrated together with a backplane and chassis, serve as building blocks of an electrical power subsystem. The MESSPS has been released previously in draft form for industry feedback, and at this time, NASA is interested in determining the resources required to design, develop, test, and evaluate electronics modules that not only are compliant with the MESSPS, but are also qualified for flight and delivered to a spacecraft integrator by December 2022. For this RFI, the Government is seeking a commercial entity to provide an indication of interest and availability and a resource estimates for the costs associated with the development and delivery of flight-qualified modular power hardware to meet the MESSPS.
2. Background
NASA has been directed through Space Policy Directive-1 to, "Lead an innovative and sustainable program of exploration with commercial and international partners to enable human expansion across the solar system and to bring back to Earth new knowledge and opportunities." To achieve an affordable and sustainable exploration program, it will be imperative to design systems that are modular, have long lifetimes, and can be reused. Modular power systems, under development by NASA's AES Program, are built up from power electronics modules with a range of features and common interfaces, and potentially will enable rapid development of NASA's Gateway and deployment of new elements and systems at substantially reduced costs.
The application of the modular power systems developed by the AES Program to NASA's Gateway Program will conceivably enable the ability to develop one set of common power electronics modules that can be configured for multiple applications, inclusive of power switching units, power converter units, and battery charge/discharge converters. Should an integrated modular power system approach be adopted across NASA's Gateway, there are numerous advantages. One such advantage would be to minimize the design, development, test, and evaluation costs across Gateway Modules. Additional benefits include minimizing the logistics costs and up-mass of spares, enabling sharing of spares across Gateway Modules, simplifying the integration and verification of the power system at the module-level, and leveraging the investments of the AES Modular Power Systems (AMPS) Project to meet the Gateway flight hardware development schedule.
The AMPS Project's primary objective has been to transform future space power systems by applying a modular approach, standardizing the power system at the Electronics Module (i.e. circuit card) level, and enabling the build-up of a family of power conversion and power distribution Modular Electronic Units (MEUs) to implement the overall power system. The modular power approach that the AMPS Project has taken is shown in Figure 2 1.

Figure 2 1. AMPS Project Modular Power Approach
The MESSPS has been written to define the functions and standard interfaces of the lowest-level building blocks of the power system, which are referred to as power electronics modules. The MESSPS is considered an Engineering Design-and-Construction Standard and is compatible with the existing documents that have been written to specify the electrical power quality for the Gateway, including the International Space Power System Interoperability Standard (ISPSIS). Early draft copies of the MESSPS were distributed to NASA's NextSTEP Habitation contractors and NextSTEP Power and Propulsion Element Study Phase contractors, aerospace power contractors, and the European Space Agency. Feedback was received from industry, and has been incorporated into the latest draft version of the MESS. The latest draft version of the MESSPS, "Modular Electronics Standard for Space Power Systems - with Data Profiles - 20190322.pdf," is attached for reference with this RFI.
To develop and validate the information in the MESSPS, the AMPS Project has developed brassboard-fidelity hardware prototypes of the seven types of power electronics modules, represented by the building blocks in Figure 2 1. The development status of each of the electronics module hardware prototypes is described in "AMPS Project - Architecture Overview.pdf". The Technology Readiness Level (TRL) of the power electronics module prototype designs is considered as TRL-4, whereas the designs have been tested to demonstrate that they meet the functional, interface, and form-and-fit required within the MESSPS. The next step would be to test in a relevant flight-like environment to ensure the power electronics modules meet the physical and environmental requirements for spaceflight. For purposes of this RFI, the design package for the existing hardware prototypes and corresponding software/firmware for control and communications will not be made available. Should an announcement or solicitation for proposals follow this RFI, a design package would then be released and made available for development.
When the power electronics modules are combined with backplanes and chassis, they can be built up into MEUs. The MEUs can then be configured together into modular power architectures. "AMPS Project - Architecture Overview.pdf," provides an example of one possible power system architecture for the Gateway that includes the common power electronics modules that are built into MEUs. The attached "AMPS Project - Architecture Overview.pdf," also provides an example of how the Gateway Utilization Module might use the power electronics modules to implement the example of its power system architecture.
In order to understand the costs associated with taking the existing power electronics module hardware prototypes on a path to flight in support of the Gateway Program, the AMPS Project has developed an internal resource estimate. At this time, the AMPS Project is releasing an RFI to both gauge the readiness and interest of industry to develop power electronics module hardware for flight and to validate the existing internal resource estimate.
3. General Information
This RFI is used solely for information planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by NASA to form a binding contract. NASA is under no obligation to issue a solicitation or to award any contract based on this RFI. The government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited. Respondents are solely responsible for all expenses associated with responding to this RFI. Responses to this RFI will not be returned, and Respondents will not be notified of the result of the review.
All requirements identified herein are tentative and will be finalized prior to the release of any announcement or solicitation for proposals. The information provided is entirely voluntary and will not affect the ability to bid on future requirements. This RFI is for planning purposes only and shall not be considered as an obligation on the part of the Government to acquire any products or services.
No solicitation exists; therefore, do not request a copy of a solicitation. If a solicitation is released, it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential Respondent's responsibility to monitor these sites for the release of any solicitation or synopsis.
NASA may utilize the information provided in developing its acquisition strategy. Information resulting from this RFI that is not clearly and appropriately marked as being proprietary or restricted may be included in one or more solicitations. Respondents are encouraged to provide information that is not constrained by limited/restricted data rights. However, if proprietary data is included in a reply, it is to be marked clearly and appropriately. If NASA utilizes information obtained from this RFI, it will do so on a non-attribution basis.
NASA intends to evaluate all data received for potential go-forward options and plans. Please note, NASA, other interested Government agencies, federally funded research and development centers (FFRDCs), as well as support contractors and/or their sub-contractors working on behalf of the Government may be reviewing the information. Potential Respondents should only submit information that can be made available to those parties and should note that by submitting information to this request, the above parties will be able to review each Respondent's information.
4. Request for Information
Information is requested from potential suppliers to gauge readiness and interest to develop flight-ready modular power electronics for flight and to validate the existing internal resource estimates for the costs associated with developing and delivering the flight-qualified modular power electronics.
4.1 General
NASA's AMPS Project seeks information to understand the interest and availability of potential suppliers to develop and deliver space-rated versions of the power electronics module hardware prototypes in time to support the Gateway program. Additionally, the AMPS Project seeks to validate the internal resource estimate that was generated for the development and delivery of the aforementioned power electronics module hardware prototypes.
4.2 Information Requested
At a minimum, the information provided as a response to this RFI should address the following questions:
- What is your Interest and availability in producing spaceflight-rated modular power electronics that meet the Modular Electronics Standard for Space Power Systems?
- Could you produce the requested hardware for a delivery date that is 12 months from a contract award date, and why or why not? If you cannot produce the hardware within this requested timeframe, please provide an estimated timeline or schedule for when you feel you could realistically deliver the requested spaceflight-rated modular power electronics hardware.
- What is the estimated costs associated with delivery of 100 units of each type of spaceflight-rated modular power electronics? What is the basis of estimate that was used to develop your cost estimate?
Additional detail on the requested information, in terms of the specific requirements for development of the spaceflight-rated power electronics module hardware, is provided in Section 4.2.1. Additional information on basic assumptions needed to provide a rough order of magnitude (ROM) cost estimate for the development of the spaceflight-rated power electronics module hardware is provided in Section 4.2.2.
4.2.1 Power Electronics Modules Hardware Requirements
To provide a ROM cost estimate, it is first important to understand that the scope of the work to estimate is the spaceflight-rated power electronics module hardware.
The power electronics module hardware developed should meet all requirements in the provided draft version of the MESSPS, "Modular Electronics Standard for Space Power Systems - with Data Profiles - 20190322.pdf"
At this time, information is being requested only as to the costs associated with the development and delivery of the spaceflight-rated power electronics modules. The backplanes and chassis should not be included in the ROM cost estimate that is being requested.
The specific power electronics modules that are expected to be included in the cost estimate are:
Controller Module
Housekeeping Power Module
Load Switchgear Module
Bus Switchgear Module
Bidirectional Converter Module
Portable Equipment Power Module
High Current Switchgear Module
The estimated cost of each power electronics module should focus on hardware development and delivery. The associated firmware and software needed to integrate the power electronics modules together and to interface into the spacecraft avionics and software subsystem are outside of the scope of work that should be estimated in the requested ROM cost estimate.
In addition to the requirements for the power electronics modules that are called out in, "Modular Electronics Standard for Space Power Systems - with Data Profiles - 20190322.pdf," the modules will need to survive the environmental test conditions specified in the following table.
Requirement Value/Range and Units
Random Vibration Conditions Requirements (based on Shuttle) For 20 Hz to 2,000 Hz,
Worst Case Qualification ASD Level (G2/Hz) 12.9 Grms
For 20 Hz to 2,000 Hz,
Worst Case Acceptance ASD Level (G2/Hz) 9.1 Grms
Particle Impact N/A (assume the hardware is in a pressurized module)
Temperature Limits Qualification -23 C to +50 C
Acceptance -13 C to +40 C
Mission -8 C to +35 C
Atmospheric Change and Vacuum In Flight Pressure 517 Torr
Humidity In Flight Humidity 25% to 70%
Ultraviolet Radiation N/A (assume the hardware is in a shielded pressurized module)
Ionizing Particle Radiation Total Ionizing Dose (TID) 100 krads
Single Event Upset (SEU) 37 MeV*cm^2/mg
Atmospheric Oxygen N/A (assume the hardware is in a pressurized module)
Consistent with what has been previously stated, the environmental test requirements identified herein are tentative and will be finalized prior to the release of any announcement or solicitation for proposals.
4.2.2 Cost Estimate Assumptions
A ROM cost estimate is anticipated in response to this RFI. The ROM should be based on the submitter's experience, costs of similar services, or on a cursory examination of other vendor's rates.
It is expected that ROM cost estimates will be provided in FY19 dollars and rounded to the nearest thousand dollars. Additionally, it is requested that the costs be broken down by card type, such that a design, development, test, and evaluation (DDT&E) cost is provided for each card type. A build cost is also requested for each card type, assuming that 100 units of that particular card will be procured.
Card Type Design, Development, Test, and Evaluation (DDT&E) Costs, $k Build Cost, Per Card (assuming 100 units), $k Total Cost (DDT&E + 100*Build Cost Per Card), $k
Intelligent Controller
Housekeeping
High Current Switchgear
Bus Switchgear
Load Switchgear
Bi-Directional Converter
Portable Equipment Panel

4.2.3 Sources Sought Information
NASA GRC is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Economically Disadvantaged Woman Owned Small Business (ED-WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), SBA certified Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for producing spaceflight-rated modular power electronics that meet the Modular Electronics Standard for Space Power Systems. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB) or Economically Disadvantaged Woman Owned Small Business (ED-WOSB), Service Disabled Veteran (SD-VOSB), or SBA Certified HUBZone business set-aside based on responses hereto.
The North American Industry Classification System (NAICS) code for this activity is 541712, Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology) with a size standard of 1000 employees.
Estimated award date for a potential procurement activity is summer 2020. Pending review of the information received through this RFI, NASA GRC may pursue a Broad Agency Announcement (BAA) ahead of a procurement activity to further refine the contract options and deliverables for the development of flight-ready modular power electronics hardware.
As stated previously, no solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential Offeror's responsibility to monitor these sites for the release of any solicitation or synopsis.
Sources Sought responses must include the following:
name and address of firm
DUNS number
size of business
average annual revenue for past 3 years and number of employees
ownership
identification of the business as large, small, small disadvantaged, 8(a), Woman-owned or Economically Disadvantaged Woman Owned, Veteran Owned, Service Disabled Veteran Owned, SBA certified Historically Underutilized Business Zone and Historically Black Colleges and Universities)/Minority Institutions
number of years in business
affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime)
list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement)
point of contact - address and phone number
also, please provide an estimate of the percentage of work to be performed by the prime contractor and for each major subcontractor as well as all small-business goals by the following categories: small, small disadvantaged, 8(a), Woman-owned or Economically Disadvantaged Woman Owned, Veteran Owned, Service Disabled Veteran Owned, SBA certified Historically Underutilized Business Zone and Historically Black Colleges and Universities)/Minority Institutions.
4.3 Formatting Instructions for Submittal
Responses should be limited to the information requested below.
Volume I Letter of Interest and Availability 1 electronic copy

2 pages maximum Adobe .pdf pages (or equivalent MS Word format)
Volume II RFI Response to information requested in Sections 4.1 and 4.2 1 electronic copy

20 pages maximum Adobe .pdf pages (or equivalent MS Word format)

Responses to this RFI shall be submitted in electronic media postmarked no later than 5:00 PM EST on April 19, 2019. Hard copy responses will not be accepted.
Responses must be submitted to:
Melissa Merrill, Contracting Officer
Glenn Research Center
Melissa.a.merrill@nasa.gov
The responses must be sent electronically as a single Adobe Reader .pdf file (or equivalent Microsoft Word .docx format). Acceptable electronic submission file types are Adobe Reader .pdf, or equivalent Microsoft Office Word 2010/2013 format. Please use 12-point Times New Roman font as well as single spaced pages printed one-sided.
Concise information that specifically addresses the questions is requested. Examples, artifacts, and quantitative data that fully responds to each sub-topic is requested. Please do not include corporate standard marketing fact sheets, glossy material, or data.
Potential Respondents are welcome to include links to studies, white papers, and other outside information via citation which provides a more complete response. Note that this information will NOT be counted towards the final page limitation.

SEE ATTACHMENT FOR COMPLETE version with drawings - "AMPS RFI SOURCES SOUGHT"

Overview

Response Deadline
April 19, 2019, 5:30 p.m. EDT Past Due
Posted
April 9, 2019, 8:13 a.m. EDT (updated: April 16, 2019, 8:46 a.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
950 Employees
Est. Level of Competition
Low
Odds of Award
22%
On 4/9/19 Glenn Research Center issued Sources Sought 80GRC019MSX01 for AES Modular Power Systems (AMPS) due 4/19/19. The opportunity was issued full & open with NAICS 221121 and PSC 59.
Primary Contact
Title
Contracting Officer
Name
Melissa A Merrill   Profile
Phone
(216) 433-6359

Documents

Posted documents for Sources Sought 80GRC019MSX01

Question & Answer

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 80GRC019MSX01

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 80GRC019MSX01

Additional Details

Source Agency Hierarchy
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > Glenn Research Center > Office of Procurement
Source Organization Code
81e8608f5248e87493ae3cbd469dcf31
Last Updated
May 4, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
May 4, 2019