Electric Machines for Electrified Aircraft Testbed
ID: 80NSSC25878503QType: Special Notice
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA SHARED SERVICES CENTERSTENNIS SPACE CENTER, MS, 39529, USA

NAICS

Motor and Generator Manufacturing (335312)

PSC

ENGINE INSTRUMENTS (6620)
Timeline
  1. 1
    Posted Oct 11, 2024, 12:00 AM UTC
  2. 2
    Updated Oct 11, 2024, 12:00 AM UTC
  3. 3
    Due Oct 17, 2024, 9:00 PM UTC
Description

NASA's National Aeronautics and Space Administration (NASA) intends to award a sole source contract to Depatie Fluid Power Company for the provision of electric machines specifically designed for the Electrified Aircraft Testbed. The procurement requires five electric machines that must deliver a continuous phase current of at least 140 Arms and a motor power of 37.5 kW, operating on a DC bus voltage not exceeding 270 V, with additional specifications including a three-phase design and liquid cooling capabilities. This initiative underscores the government's commitment to advancing electric technologies in aviation, with performance to be executed at NASA's Glenn Research Center. Interested organizations are invited to submit their qualifications in writing by 4:00 p.m. Central Standard Time on October 17, 2024, to Laura Quave at laura.a.quave@nasa.gov, as the government will evaluate submissions to determine the necessity of competitive bidding.

Point(s) of Contact
Files
Title
Posted
Oct 11, 2024, 6:39 PM UTC
The document outlines a request for proposals (RFP) for five electric machines, detailing specific technical requirements for their performance and specifications. Each machine must deliver a continuous phase current of at least 140 Arms and a motor power of 37.5 kW, operating on a compatible DC bus voltage not exceeding 270 V. The machine should feature a motor voltage constant within the range of 26.0 to 103.9 Vrms line to line per kRPM, and should be capable of developing the specified mechanical power from a motor drive at the designated bus voltage. Additional requirements include a three-phase design, liquid cooling, resolver feedback, and a SAE C compatible shaft. This document serves to guide suppliers in preparing their proposals to meet the specified performance and technical standards, indicating the focus on high-efficiency electric machinery for potential government-related projects. The RFP highlights the federal government's commitment to advancing electric technologies.
Oct 11, 2024, 6:39 PM UTC
NASA's Glenn Research Center (GRC) intends to award a sole source contract to Depatie Fluid Power Company for the supply of Electric Machines for the Electrified Aircraft Testbed. This decision is justified under FAR 13.106-1(b)(1)(i), as the company is recognized as the sole provider of the necessary equipment. The procurement will adhere to the commercial items and services guidelines outlined in FAR Part 12 and Part 13, with the NAICS Code 335312 designated for this contract. Interested organizations can submit their qualifications in writing by 4:00 p.m. CST on October 17, 2024. The government retains the discretion to determine whether to proceed with competitive bidding based on the responses received. For inquiries, Laura Quave serves as the primary contact for this procurement opportunity. The document emphasizes the importance of written responses and includes a link for additional support through NASA's Ombudsman.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
MOTOR,DIRECT CURREN
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of direct current motors. The contract requires the manufacture and design of these motors to meet specific technical requirements, including compliance with various quality assurance standards and packaging specifications. These motors are critical components for naval operations, ensuring the reliability and efficiency of electrical systems on naval vessels. Interested vendors must submit their bids by the end of business on February 5, 2025, and can direct inquiries to Kelly L. Slagle at KELLY.L.SLAGLE.CIV@US.NAVY.MIL.
GEN3iA data acquisition system
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to procure a GEN3iA data acquisition system through a sole source contract with Hottinger Bruel & Kjaer Inc., identified as the only supplier capable of fulfilling this requirement. The contractor will be responsible for delivering one unit of the system, which is critical for measuring and testing electrical signals, with a warranty covering defects for 24 months post-delivery. The project is expected to be completed within one year, with the final shipping destination at NASA's Lyndon B. Johnson Space Center in Houston, Texas. Interested organizations are invited to submit their capabilities and qualifications by April 16, 2025, to Cara Craft at cara.s.craft@nasa.gov, to assist in determining the potential for competitive procurement.
Plug25 Plug Sleeve Hardware
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the Plug25 Plug Sleeve Hardware, a procurement specifically set aside for small businesses. The project requires components made from either 300 series Stainless Steel Alloy or Inconel 718, with a focus on machining, assembly, and non-destructive testing to meet NASA's stringent quality standards. Deliverables must be received at the NASA Glenn Research Center within 4-10 weeks post-order acknowledgment, and all quotes are due by April 17, 2025. Interested vendors should contact Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420 for further details and to ensure compliance with federal acquisition regulations.
Saratech Maintenance Renewal FY25
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to procure a maintenance renewal for Saratech software, which is critical for various engineering applications at the Johnson Space Center (JSC) in Houston, Texas. The procurement involves annual maintenance for 24 specific software licenses, including FEMAP, NASTRAN Data Translator, and various NX and Simcenter products, ensuring operational efficiency and support for NASA's aerospace missions throughout the year. This maintenance renewal is planned for the period from January 1, 2025, to December 31, 2025, and will be conducted through a sole source contract with PAYDARFAR INDUSTRIES, INC., the exclusive provider for this service. Interested organizations must submit their capabilities and qualifications by December 10, 2024, at 1 p.m. CST, with inquiries directed to Cara Craft at cara.s.craft@nasa.gov.
assembly and acceptance testing of two (2) 112-cell lithium-ion battery bricks
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking a contractor for the assembly and acceptance testing of two (2) 112-cell lithium-ion battery bricks, with the work to be performed at NASA's Johnson Space Center in Houston, Texas. The primary objective of this procurement is to assemble the battery bricks using NASA-provided components while adhering to specific design parameters from the 2017 Orion program, ensuring rigorous quality control and comprehensive testing of the assembled units. This project is critical for advancing aerospace technology and will follow the guidelines of FAR Part 12 and FAR Part 13, with a total small business set-aside under FAR 19.5. Interested parties must submit their capabilities and qualifications in writing by 12:00 p.m. Central Standard Time on April 15, 2025, to determine if the procurement will proceed competitively or remain a sole source contract. For further inquiries, contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov.
Repair of NSN 6105-306-8304
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of control motors identified by National Stock Number (NSN) 6105-306-8304. The procurement involves the repair and restoration of DC Servo Motors, with specific requirements for testing, teardown, evaluation, and compliance with military specifications to ensure the items are returned to a serviceable condition. These motors play a critical role in various defense applications, emphasizing the importance of reliability and adherence to stringent quality standards. Interested small businesses must submit their proposals by April 19, 2025, and can direct inquiries to Logan Drake at logan.drake.4@us.af.mil or John Prather at JOHN.PRATHER.3@US.AF.MIL.
Development of Technology Mission Spacecraft Bus
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking information from potential sources for the development of a cost-effective technology demonstration mission spacecraft bus, with the goal of enabling the operation of multiple integrated technologies to collect performance data. The spacecraft is expected to launch between 2030 and 2032, with a mission duration of 8 to 12 months, and will require capabilities such as a 500 km sun-synchronous orbit, a payload capacity of approximately 1000 kg, and advanced communication and power generation systems. Interested parties must submit a capability statement by April 30, 2025, to Kathy Cooper at kathy.cooper@nasa.gov, and R. Jeremy Kenny at robert.j.kenny@nasa.gov, detailing their qualifications and ability to meet the specified requirements.
MOTOR,DIRECT CURREN
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting offers for the procurement of direct current motors, classified under the NAICS code 335312. The contract requires suppliers to adhere to specific quality standards, including ISO 9000 or equivalent, and mandates that all offers come from government-approved sources; distributors must provide authorized distributor letters at the time of proposal submission. These motors are critical for various defense applications, emphasizing the importance of reliability and compliance in the procurement process. Interested vendors should direct inquiries to Sabrina Fiocca at 215-737-3017 or via email at SABRINA.FIOCCA@DLA.MIL, with proposals due within the specified timeframe outlined in the solicitation.
TECHNOLOGY TRANSFER OPPORTUNITY: Low Separation Force Quick Disconnect Device (KSC-TOPS-84)
Buyer not available
Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market the Low Separation Force Quick Disconnect Device developed by NASA's Kennedy Space Center (KSC). This device is designed for transporting pneumatic and cryogenic fluids and eliminates the need for heavy support structures by ensuring low separation force regardless of line pressure. It is particularly valuable for companies dealing with fluid connectors, especially in the aerospace sector. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). For more information, please visit the NASA Technology Transfer Portal. No follow-on procurement is expected from this notice.
Metal Break for EV73 to support mockup fabrication
Buyer not available
NASA's National Aeronautics and Space Administration Shared Services Center is seeking to procure a Metal Break for EV73 to support mockup fabrication through a sole source contract with JPW Industries Inc. This procurement is essential for the construction of full-scale models at NASA's Marshall Space Flight Center, aimed at identifying potential fitment and assembly issues, and involves the acquisition of hydraulic machinery capable of cutting and bending various materials. Interested organizations may submit their qualifications by 7 a.m. CST on April 16, 2025, with Shanna Patterson designated as the primary contact for inquiries regarding this opportunity.