Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2005 FBO #1341
SOURCES SOUGHT

99 -- VAX 8250 CONTROL SYSTEM

Notice Date
7/27/2005
 
Notice Type
Sources Sought
 
Contracting Office
United Space Alliance (USA), 600 Gemini Avenue, Houston, TX 77058
 
ZIP Code
77058
 
Solicitation Number
RFI-USAFL-EJ-2005-03
 
Response Due
8/3/2005
 
Archive Date
7/27/2006
 
Point of Contact
Francis V. Carlos, Project Lead, Phone (281) 282-3163, Fax (281) 282-4096, Email francis.v.carlos@usahq.unitedspacealliance.com
 
E-Mail Address
Email your questions to Francis V. Carlos
(francis.v.carlos@usahq.unitedspacealliance.com)
 
Description
Purpose of Request for Information (RFI): United Space Alliance (USA), LLC, through its offices located in Cape Canaveral, Florida, is soliciting sources capable of providing the requirements described herein. This acquisition is in support of USA?s prime contract NAS9-20000 - Space Flight Operations Contract (SFOC) with the National Aeronautics and Space Administration (NASA). Technical Requirements Description: The NASA Space Shuttle Program (SSP) is proactively working to control risks in meeting program requirements brought on by test equipment failure & obsolescence. USA plans to issue a Draft Request for Proposal (RFP) to secure an emulated replacement solution for the VAX 8250 control system as used within the SURE (Shuttle Unit Revalidation Unit) test station at the NASA Shuttle Logistics Depot (NSLD). The VAX 8250 interfaces to the SURE VME rack via the AEON card set installed in the VAXBI chassis (1 AEON card installed) and the VME rack (1 AEON card installed). The SURE test set facilitates the troubleshooting, repair, & failure analysis of the Space Shuttle Orbiter PCMMU (Pulse Code Modulation Master Unit) & PDI (Payload Data Interleaver). Analysis data, and SURE test set failure history indicate VAX 8250 hardware presents an unacceptable level of risk to the SSP in that prolonged VAX failure results in reduced capability to perform failure analysis on the PCMMU & PDI. The objective of this upgrade is to provide the SSP an increased level of supportability concerning the SURE test set. The VAX emulation solution hardware identified must be a design that is maintainable for 10 years minimum & utilize components that can be easily obtained and are currently available in production. After completion of the emulation upgrade, a certification will be performed. The certification will consist of validation testing of the SURE test set, acceptance testing of operational PCMMU and PDI LRUs, and acceptance test of both a PCMMU and PDI with faults inserted to verify proper error detection. Procurement Strategy: USA is responsible for the overall program management and integration of these technical requirements. USA will solicit the participation of qualified sources and sources desiring to participate on a limited basis will also be considered. USA reserves the right to issue a single/sole source subcontract. The period of performance and technical requirements are currently being defined for inclusion into a formal RFP package. USA anticipates the issuance of a formal Request for Proposal (RFP) within 30 days of release of this RFI. This RFI is for information and planning purposes, and the objective is: (1) to invite potential sources to submit information that allows USA to conduct a technical assessment of capabilities and qualifications, and (2) to promote a best value competition. This preliminary information does not constitute an RFP, Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by USA to enter into a subcontract. This procurement is subject to review or cancellation at any time. Statement of Capabilities and Qualifications: USA invites potential sources to submit a Statement of Capabilities and Qualifications document that will allow USA to conduct an assessment of capabilities and qualifications. The Statement of Capabilities and Qualifications document shall be no more than five (5) pages (8.5? x 11?) in length. The required information shall include, but not be limited to: (1) A brief description of your company, including its size, major products, and primary customer focus, (2) A discussion of your company?s past experience and performance in developing/performing the requirements described herein, and (3) A brief description of your company?s facilities, assets and any other available resources. This document may be submitted either in hard copy and/or electronically. Past experience will be identified by a listing of all related contracts and subcontracts, along with a description of your company?s performance under these contracts and subcontracts. If any of these contracts and subcontracts are Government related, provide the Contracting Officer?s name and telephone number in order for USA to validate your statements. To be considered as a viable source, USA will evaluate the Statement of Capabilities and Qualifications by considering, but not limited to, the following criteria: (1) Depth and relevance of experience and past performance history, which convey a demonstrated technical, cost, schedule ability; (2) An understanding of the technical requirements and risks associated with this requirement; and (3) The adequacy and availability of necessary facilities and resources for implementing and performing the contractual work. USA reserves the right to request supplemental information in order to clarify your company?s capabilities and qualifications. Only offerors deemed to be best qualified, or have a reasonable chance for award, will receive the RFP. Due to the nature of the technical requirements, firms interested in participating in this procurement are subject to the requirements of the U.S. Department of State International Traffic and Arms Regulation (ITAR) and/or the U.S. Department of Commerce Export Administration Regulations (EAR). Firms interested in this procurement shall submit their Statement of Capabilities and Qualifications document no later than August 3, 2005 to the following address: United Space Alliance, LLC (USA), 8550 Astronaut Boulevard, Cape Canaveral, Florida 32920, Attention: Eddie Jarrell, Mail Code USK-360. Questions regarding this procurement should be referred to Eddie Jarrell as follows (Telephone: (321) 861-1158, Facsimile: (321) 861-5243, E:mail: Edgar.L.Jarrell@usa-spaceops.com).
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#116720)
 
Record
SN00856235-W 20050729/050727212716 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.