Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2007 FBO #1952
SOLICITATION NOTICE

R -- INFORMATION ARCHITECTURE SUPPORT SERVICES

Notice Date
3/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
4200194410
 
Response Due
4/6/2007
 
Archive Date
3/30/2008
 
Small Business Set-Aside
Total Small Business
 
Description
NASA/KSC has a requirement for the new Launch Site Command and Control System (LSCCS) that supersedes the current Shuttle Launch Processing System (LPS) at KSC. The new system will need a current Information Architecture (which is defined as measurements, commands and supporting data into a unified, standard set of data, usable by all centers and implementing current industry standards, schemas and data relationships). The LSCCS Information Architecture requirement includes legacy data from past KSC systems (dated back to the 1970?s) such as the ground support Equipment (GSE) systems. The Contractor scope of wok includes direct support to the Command, Control and Communications (CCC) NASA System Engineering & Integration (SE&I) Representative. The Contractor responsibilities will involve (but are not limited to) the following: ?Assist CCC NASA SE&I in providing the initial design, data architecture, data relationship descriptions and documentation for the Proof of Concept development phase of the Launch Site Command and Control System (LSCCS). ?Assist CCC NASA SE&I in providing the initial Test Build Configuration Definition and documentation for the Proof of Concept development phase. ?Assist CCC NASA SE&I in providing the initial Application Build and High-Level Domain Specific Language (DSL) support for the off-line build products for the Proof of Concept development phase. Provide the initial design of the LSCCS Information Architecture for: oVehicle data-links oGround Support Equipment (GSE) Programmable Logic Controllers (PLCs) oGSE end-items oKSC-unique data links oInternal usage data for the LSCCS set (i.e. common services, System Management and Control (SMC) applications, simulation, and hardware Platforms oExternal interfaces from the LSCCS set to other Constellation Mission Sites. General activities includes providing: o Support to Constellation Architecture (C3I) Information Architecture telecons, and reviews. o Support in the identification and resolution Information Architecture issues o Support in the identification and mitigation of Information Architecture related risks and issues within the findings and white papers that result from the Proof of Concept activity. NASA/KSC intends to acquire these services from NetLander Inc without full and open competition as permitted pursuant to FAR 13.106 (b) and 10 U.S.C, 2304 (c) (1) for the acquisition of supplies or services determined to be reasonably available from only one source. This effort is being sole-sourced to NetLander Inc. based on the expertise of its Principal Partner. This specialized knowledge, unique expertise, and prior experience makes NetLander the only vendor capable of successfully completing this effort. The tasks relating to this effort require an extensive, senior-level knowledge of the custom, legacy KSC Shuttle database systems as well as current architectures, standards, tools and techniques. NetLander?s Principal Partner was one of the key creators of the legacy KSC DBSafe system that supports Shuttle LPS operations today. This legacy system is one of the chief areas required for the design of the LSCCS Information Architecture. As a creator of the system, NetLander?s Principal Partner is uniquely qualified to support KSC Engineering Office. NetLander's Principal Partner has unique senior-level experience that provides the following to this project: ?Detailed knowledge of the Shuttle DBSAFE Test Build process. ?Knowledge of irregularities, essential services, and causes of losses in efficiencies of the legacy LPS system. ?Knowledge of the Shuttle DBSAFE architecture and detailed implementation. ?Experience with the Test Build architecture, detailed implementation, and Build flow. ?His experience with these legacy systems, as well as, other systems has allowed him to develop the required deep mission support awareness for resolution of issues that might impact a launch flow. He also provides the essential skills required for tools existing in the current industry domain, for example: ?He is skilled with multiple industry databases including Oracle, MySQL and PostgreSQL. ?He is capable of providing implementation solutions on multiple platforms based upon his background in current Windows Server and Linux Server platforms. Provides awareness of current world wide web consortium standards for ontology management ?The application of his background for current LSCCS Information Architecture design concepts is essential for KSC to implement the new system without expending additional ?learning curve? time. In addition, this noncompetitive acquisition is also based on the need for a rapid transition. There is an immediate need for this skill set and knowledge to ensure a successful Information Architecture design for the new launch system. Knowledgeable people in this area are limited due to the legacy experience demands concurrent with the necessity for knowledge of current industry standards and tools. Due to the currently ongoing LSCCS design activities, development of the required knowledge and skill set is not feasible. NetLander?s Principal Partner is currently available through Netlander Inc. which has the capability to quickly meet the immediate information architectural engineering services required to ensure LSCCS success with ongoing design phases. This initial phase sole-source procurement will provide the capability for LSCCS to meet critical near-term design objectives for the initial Information Architecture design. The Government intends to acquire a commercial item using FAR Part 12. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 4:30 p.m. local time on April, 06, 2007. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. An Ombudsman has been appointed. See NASA Specific Note "B". Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#124137)
 
Record
SN01263416-W 20070401/070330221451 (fbodaily.com)
 
Source
FedBizOpps 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.