Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2008 FBO #2508
SOLICITATION NOTICE

A -- INCREASE TO GUIDANCE NAVIGATION AND CONTROL AND INTEGRATED AVIONICS SYSTEMS

Notice Date
10/6/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ06HC37C
 
Response Due
10/21/2008
 
Archive Date
10/6/2009
 
Point of Contact
Patricia D Avery-Bangert, Contract Specialist, Phone 281-483-3916, Fax 281-244-0995, - Cynthia W. Maclean, Contract Officer, Phone 281-244-5903, Fax 281-483-4066, />
 
E-Mail Address
Patricia.D.Avery-Bangert@nasa.gov, cynthia.w.maclean@nasa.gov<br
 
Small Business Set-Aside
N/A
 
Description
NASA/JSC has a requirement for engineering development and associated analysisactivities within the areas of guidance, navigation, and control (GN&C) systems andintegrated avionics systems. The support required includes GN&C effort for the Orion andAutonomous Landing and Hazard Avoidance Technology (ALHAT) Projects, and consists of CrewExploration Vehicle (CEV) Rendezvous, Proximity Operations and Docking, CEV Deorbit andEntry Guidance, CEV Integrated GN&C Design Requirements and Fault Detection, Isolationand Recovery, CEV Flight Control Development and Analysis, Linear Covariance (LinCov)Analysis, Systems Engineering Co-Lead for ALHAT, and Autonomous Flight Manager (AFM) andGN&C Software Development and Integration. These activities will support two near-termOrion Project milestones, Preliminary Design Review (PDR) scheduled for 1QFY09, andCritical Design Review (CDR) scheduled for 3QFY10. These activities also support thematuration of an autonomous lunar landing GN&C and sensing system for the ALHAT Projectto Technical Readiness Level (TRL) 6 in support of the Altair Project PDR.NASA/JSC intends to purchase these services from the Charles Stark Draper Laboratory,Inc. (Draper) through an increase to the current Indefinite Delivery Indefinite Quantity(IDIQ) ceiling of $18.9 million under contract NNJ06HC37C. The estimated value of theincrease is $7 million which increases the total ceiling to $25.9 million. The end datefor this contract is September 30, 2010. The CEV to ISS proximity navigation designs are largely derived from the Shuttle to ISSexperience. Contractor personnel who were key contributors to the development andmaintenance of the Shuttle capability are making core contributions to the definition ofthe algorithms and development of requirements for the CEV. The ISS rendezvous guidancedesign being implemented on CEV is a dual co-elliptic approach developed and analyzed bythe contractor. The contractor is responsible for the algorithm design and iscontributing to the CEV implementation and analysis. The contractor is also supportingthe development, refinement, and understanding of the rendezvous guidance algorithmsbeing implemented on CEV. Draper has developed an embedded MATLAB prototype of thedeorbit guidance and has integrated it into NASA and prime contractor simulations. Drapers familiarity with the algorithms and prototype are critical to the on-timedelivery of the deorbit guidance flight software artifacts. Draper is also developing theEntry Guidance algorithms and architecture for CEV. Under this contract, Draper has beenworking as the lead for developing and integrating the AFM and GN&C software for powereddescent and landing as part of the ALHAT Project. Draper is also responsible forsupporting systems engineering documentation, development and technological maturation ofan integrated, autonomous lunar landing GN&C and sensing system to support crewed, cargoand robotic lunar landing in support of the Constellation Program (CxP). Draper iscurrently performing the above work under this contract and has the critical knowledge tohelp achieve the Orion Projects PDR and CDR on schedule.The statutory authority permitting other than full and open competition for this actionfalls within Federal Acquisition Regulation (FAR) 6.302-1 (a) (2) (iii), Only OneResponsible Source and No Other Supplies or Services Will Satisfy Agency Requirements,pursuant to 10 U.S.C. 2304(c) (1) and 10 U.S.C. 2304(d) (1) (B), services may be deemedto be available from only one source for the continued provision of highly-specializedservices when it is likely that award to any other source would result in unacceptabledelays in fulfilling the Agencys requirements.The Government does not intend to acquire a commercial item using FAR Part 12. See Note26. Interested organizations may submit their capabilities and qualifications to perform theeffort in writing to the identified point of contact not later than 4:30 p.m. local timeon October 21, 2008. Such capabilities/qualifications will be evaluated solely for thepurpose 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 opencompetition basis, based upon responses to this notice, is solely within the discretionof 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
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3b2c8d78753b41738640159e5c4d17bc&tab=core&_cview=1)
 
Record
SN01688389-W 20081008/081006214618-3b2c8d78753b41738640159e5c4d17bc (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.