Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2007 FBO #2155
SOLICITATION NOTICE

70 -- FACILITY CONTROL SYSTEM

Notice Date
10/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
NASA Business Management Division, Acquisition Management Office, Code BA30, Stennis Space Center, MS 39529-6000
 
ZIP Code
39529-6000
 
Solicitation Number
A3CONTROLSYSTEM
 
Response Due
11/12/2007
 
Archive Date
10/19/2008
 
Point of Contact
Carol Burnside, Contract Specialist, Phone 228-688-1638, Fax 228-688-1141, Email carol.a.burnside@nasa.gov - James D. Huk, Contracting Officer, Phone 228-688-1045, Fax 228-688-1141, Email james.huk@ssc.nasa.gov
 
E-Mail Address
Email your questions to Carol Burnside
(carol.a.burnside@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The NASA, John C. Stennis Space Center has recently been selected as the test site for the construction of a new A-3 Altitude Test Facility. The new test facility will provide an altitude propulsion test capability which will enable the Constellation Program?s Exploration Launch Office, J-2X Project Element to validate the performance of the J2-X engine for the upper stage of the new Ares I launch vehicle. The A-3 Altitude Test Facility will be constructed for long term altitude rocket propulsion testing at Stennis Space Center. While the construction of the A-3 Altitude Facility will involve a significant number of individual procurement actions this requirement is solely focused on the equipment required for the facility Control System (CS); Red-Line Detection System (RLDS); and Hazardous Gas Detection System (HGDS). This pre-solicitation synopsis is to request industry feedback regarding the provision, testing, delivery, and site support of the CS equipment required for Stennis Space Center. Interested parties shall indicate initial evaluation of compliance with the requirements stated below. The A-3 Facility Control System consists of the facility controllers and Graphical User Interface (GUI) on WorkStations (WSs) positioned at various operator consoles. Most of the CS hardware is located in the Signal Conditioning Buildings (SCBs) or the test stand (which are either on the stand or on the ground level near the stand), providing input/output channels to facility components and support hardware. The GUI screens in the TCC (as well as screens provided in each SCB) provide operator access to control valves and events remotely and to monitor status of components (valves, instrumentation, system status, etc.). Critical parameters are received in the controllers through either signal conditioners, direct input to the processor chassis, or a Data Acquisition System (DAS) data stream including DAS status. This DAS data stream may be either of Fibre Channel or Ethernet protocol and must interface directly to the controller chassis. The CS interfaces to the test article via a test article interface system, which is yet to be defined. Additional CS hardware is located in the TCC receiving hardwired inputs and sending outputs to the rest of the facility control system. The controllers also receive remote switch inputs, control console inputs and interfaces with a watch dog timer, or controller heartbeat. The watch dog timer is monitored and will initiate an emergency shutdown (or restrict test-start commands) should the controller heartbeat be lost after a pre-determined amount of lost cycles. The A-3 Low Speed DAS (LSDAS) which will supply a data stream to the CS provides two sets of 512 analog channels each. Additionally, each set is to contain a minimum of 512 discrete channels each. One set is dedicated to test article interfaces and located within the Signal Conditioning Building (SCB) located on the Test Stand. The other set is dedicated to facility interfaces and located within the SCB on the ground level. The CS equipment will reside in either of these SCBs as well as previously defined. The vendor is specifically requested to provide only the control system hardware, necessary interface equipment, and software development environments necessary to meet the requirements identified. The government will develop all necessary software using the vendor supplied software development environments to complete this set of requirements. Workstations shall be provided by the government. The vendor shall provide the necessary hardware and software to interface the workstations with the control system hardware. Salient characteristics the CS shall contain are automated instrumentation calibration capability; an alternate method of placing the facility and test article in a SAFE condition that is INDEPENDENT of the controllers (assuming that none of the controllers are functioning); accept digital, deterministic, data from the LSDAS within the controller?s chassis; ability to operate continuously with minimal down-time for maintenance and repair; accept accelerometers, static and dynamic pressure transducers, thermocouples, Resistive Temperature Devices (RTDs), voltage inputs, as well as 256 (TBR) current device inputs (most of these devices will have signal conditioning elements upstream of the control system inputs); have its own grounding bus that will connect to the facility ground grid; shall accept approximately one-thousand and twenty-four (1024) 28 +/- 4 VDC discrete inputs and generate approximately four-hundred (400) 28 +/- 4 VDC discrete outputs; shall accept approximately one-hundred (100) 5 +/- 2 VDC discrete inputs (64 TBR) and generate approximately one-hundred (100) 5 +/- 2 VDC discrete outputs; be capable of controlling approximately four-hundred (400) valves ON/OFF (discrete) and approximately one-hundred (100) variable position valves (0-100%); perform automated test-day calibrations for critical parameters (redlines, interlocks, and blue-lines) performed as close to the measurement transducer as possible; integrate WSs and Controllers via an open standard data communication network at a rate of 100 Mbps or greater Ethernet (IEEE 802.3); interface to the test data system communication network via an open standard data communication network (100 Mbps Ethernet) as a minimum; have the capability of accepting its test sequence and calibration configuration from an ODBC compliant database; accept a discrete T=0 signal common to the LSDAS, HSDAS, and Video Systems; have key-switch OVERRIDE control of critical valves; be able to control of facility functions can be performed by WSs that are located within either test stand SCB while being locked out of facility control with TCC Work Stations maintaining primary control; provide an EMergency ShutDown capability (EMSD) that will sequentially shutdown the facility functions in a safe manner; have analog inputs and outputs with a minimum of 16 bits resolution; be able to control and perform the test sequence; be able to be initiated from any control system console with appropriate interlocks such that only one console may control a sequence; be able to accommodate a test sequence with time steps prior to T=0; monitor the Test Cell Chamber Personnel Doors with interlocks in order to indicate that the doors are sealed upon closure; visible on a TCC panel and/or soft screen; as well as a visual confirmation device located outside of each door to verify that the door is sealed. The CS shall also contain a Facility Redline (test termination) System (FRS) that will monitor the parameters specified in each test sequence and shutdown in the event redline limits are exceeded. Types of red-lines include static and dynamic pressures, temperatures and vibration parameters with the ability to vote. This redline system shall accept the DAS data stream. The mechanism for receipt of this data stream shall be within the controller?s chassis. Inputs from dynamic instrumentation shall be less than or equal to a 5 (TBR) millisecond throughput time. Inputs from static instrumentation shall be less than or equal to a 15 (TBR) millisecond throughput time. Throughput time shall be defined as a step input at the analog input card (or memory location if acquired from a data stream) to the actuation of an output. Interested parties shall also indicate the following capabilities: ? Can the vendor develop a Requirements Verification Matrix (VRM) and a test procedure specifically addressing each requirement with intended methods of verification? The test procedure shall identify which requirements are being verified with each test and/or test setup. ? Can the VRM and test procedure be reviewed by NASA for adequacy? ? Can the vendor perform this test as its facility? ? What is the lead time for having a unit available to test? ? Can the equipment to be provided be modified to meet NASA's requirements? ? What would be the lead time for a pilot system to be available for testing? ? What would be a proposed delivery schedule for the production hardware? ? Is on-site training (at SSC) regarding how to use the products available? ? What are the standard terms for software maintenance? ? Does equipment comply with section 508 of the Rehabilitation Act of 1973 (Ref 36 CFR 1194) and NASA Procurement Information Circular: http://www.hq.nasa.gov/office/procurement/regs/pic05-01.html? ? Does equipment comply with FAR Part 23.4 and NPR 8530.1 ?Affirmative Procurement Program and Plan for Environmentally Preferable Products? and follow the Environmental Protection Agency (EPA) guidelines located at: http://www.epa.gov/cpg/products.htm? NASA SSC is considering the issuance of an Indefinite Delivery Indefinite Quantity (IDIQ) Contract for an order of control system hardware to support the requirements identified herein. Development software environments are also intended to be part of this procurement. This synopsis should not be construed as a formal request for proposals but, rather a pre-solicitation synopsis requesting information under the authority of FAR 12.202. Responses to this request for information are not offers and cannot be accepted by NASA to form a binding contract. This synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. NASA does not intend to award a contract as a result of this Pre-Solicitation Synopsis but will use information obtained for market research analysis and to plan future procurements. NASA desires that those companies expressing an interest in the aforementioned synopsis provide a written Statement of Capability (SOC) that addresses high-level alternatives; general, market-based approaches; experience in this area; knowledge of the work involved; and professional and manufacturing resources. The SOC should also contain delivery lead times for units. The SOC shall not include any confidential business or financial information relating to specific companies. All prospective companies are reminded to direct their written electronic correspondence to the attention of: Carol Burnside at carol.a.burnside@nasa.gov (cc to james.d.huk@nasa.gov). Those prospective companies shall have their electronic Statement of Capabilities submitted and received at Stennis Space Center no later than November 12th, 2007 at 3:00 pm in the afternoon local time (CST). Neither faxed nor telephone correspondence will be accepted.
 
Web Link
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=64#127499
 
Record
SN01437978-W 20071021/071019224452 (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.