SOURCES SOUGHT
66 -- LAUNCH PAD LIGHTNING WARNING SYSTEM
- Notice Date
- 3/4/2014
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK14ZMS002L
- Response Due
- 4/4/2014
- Archive Date
- 3/4/2015
- Point of Contact
- Christopher A Zuber, Contract Specialist, Phone 321-867-2115, Fax 321-867-1166, Email Christopher.Zuber@nasa.gov
- E-Mail Address
-
Christopher A Zuber
(Christopher.Zuber@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA Kennedy Space Center is hereby issuing a Request for Information (RFI) for the purpose of seeking sources and soliciting information from private industry for the replacement/upgrade of hardware and software necessary to operate the Launch Pad Lightning Warning System (LPLWS) at the Kennedy Space Center (KSC), and Cape Canaveral Air Force Station (CCAFS), in Florida. This document is for information and planning purposes and to allow industry the opportunity to verify reasonableness and feasibility of the requirement, as well as promote competition. This RFI is used solely for information planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. The Government is under no obligation to issue a solicitation or to award any contract on the basis of this RFI. The information provided in responses to this RFI will not be made public in an effort to protect any propriety company information. Nonetheless, respondents should clearly and properly mark any propriety or restricted data contained within its submission so it can be identified and protected. Respondents are solely responsible for all expenses associated with responding to this RFI. Responses to this RFI will not be returned, and respondents will not be notified of the result of the review. Potential vendors should review all documents; a summary of the information is as follows: The Vendor would design and provide the replacement/upgrade of hardware and software necessary to operate the LPLWS at KSC, and CCAFS, in Florida. This system is installed in an Air Force facility and is operated by NASA and Air Force personnel to provide critical meteorological information necessary for safe space launch operations. This RFI is for the Processing and Display hardware and software only. COTS hardware and software shall be used to the maximum extent possible for this replacement/upgrade activity. This RFI is for the real-time data acquisition, analysis, and display of remote electric field mill data. NOTE: The field mill sensors and calibration computers have already been replaced, and are not part of this RFI. Background/Description: Originally installed in 1994, the Electric Field Mill Network is used operationally to evaluate lightning threats at KSC/CCAFS. The LPLWS was designed to measure the electric field intensity at ground level and consists of electric field mill sensors located throughout KSC and CCAFS. The system is designed to operate unattended, 24 hours per day/7 days per week, with the exception of periodic maintenance. Currently, a Base Station Computer (BSC) is used to collect, archive, and relay the sensor data to a Host Computer Function (HCF), which performs the primary processing of the field mill data into lightning data products. A Display Computer Function (DCF) provides graphical and tabular displays of field mill and Center-of-Charge (flash) data, and also serves as an interface for user commands. Basic operation of the LPLWS operation includes: 1)Interfacing, controlling, and simultaneously processing field mill output data, user commands, and synchronization signals for 64 remote field mills. Field mill output data includes raw 50 Hz electric potential data, and field mill status. 2)Reduce received 50 Hz electric potential to include: a.Averaged field mill data b.TBD reduced data. i.e 1 Hz, 10Hz, etc 3)Process averaged gridded field mill data 4)Display reduced field mill data and averaged gridded field mill data 5)User controlled alarms/alerts when averaged field mill data meets thresholds 6)Record and archive all raw, reduced, and processed field mill data System Requirements: 1. See attachment: LPLWS System Requirements Pages: 3 Responders to this RFI are encouraged to comment on any or all of the foregoing and to express their interest for any proposed acquisition by submitting the following information: 1)Lead Times Describe typical lead times required for hardware procurement, assembly and testing. 2)The Vendor will specify any support, material, equipment, and/or permitting needed from NASA. 3)The Vendor should indicate any Requirements noted in this RFI that cannot be met with their capabilities. Should also indicate what needs to be provided by NASA so they can meet those requirements. 4)The Vendor should explain any other proposed methods/capabilities they feel would meet or closely compare to the NASA Requirements based on their expertise/experience. 5)Cost: Although not mandatory for responding to this RFI, NASA requests the Vendor provide a ROM (Rough Order of Magnitude) cost estimate for this effort that can be used to develop budgetary forecasting. This information will be secured as proprietary information and not retained as a quote or for any potential procurement that may or may not be realized in the future. 6)A KSC Interface Control document, entitled "Launch Pad Lightning Warning System, Electric Field Mill to Base Station Computer Communications has been provided in this RFI for clarification purposes, but is not intended to limit design space. All diagrams are notional mission concepts and subject to change. 7)Information Assurance (IA): The contractor shall meet the Information Assurance (IA) requirements found in Department of Defense Instruction (DoDI) 8500.2.   Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, brochures, and references. The vendor will be required to submit documentation demonstrating their Companys core competencies (skill, knowledge, expertise, and vessels) and brief examples of past performance building similar equipment. Response to the RFI shall be limited to no more than 20 pages. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. All responses to this RFI shall be submitted to Christopher Zuber, no later than 11:59PM EST April 4, 2014. Please use reference number NNK14ZMS002L in any response. The response may be sent as one printed hardcopy or electronically as single Microsoft Word.doc, PDF and/or Microsoft EXCEL.xls file for each response. Any referenced notes may be viewed at the following URLs linked below. In addition to whatever information the responder chooses to provide, each RFI response shall include a cover sheet with the following information: 1.RFI Solicitation Number and Title 2.Responding Organization (including address, POC and phone number) 3.A brief synopsis of the RFI response in less than 20 words 4.Section number your response is addressing 5.Potential partnerships (industry, international, US government agencies) 6.Whether your company would be available for a site visit Additional information to be added as applies: Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, or any category of small business*, number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); If Available include a list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/KSC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76. It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments, if any. Attachments: 1.LPLWS System Requirements 2.Interface Control Document for Launch Pad Lightning Warning System, Electric Field Mill to Base Station Computer Communications; 4/12/1993
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK14ZMS002L/listing.html)
- Record
- SN03301884-W 20140306/140304235735-080acfc14f83b50481331aa85d9aa4f3 (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 |