Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 12,1996 PSA#1509

NASA, Johnson Space Center, BE13, Houston, TX 77058

25 -- INTEGRATED GLOBAL POSITIONING SYSTEM (GPS)/INERTIAL NAVIGATION SYSTEMS (INS) SOL 9-BE13-18-6-5P DUE 010996 POC Contract Specialist: Yolande Harden, (713) 483-9953 Contract Officer: Lisa Rea Phillips, (713) 483-8395 This is a survey only! NASA/JSC is currently investigating tightly- coupled GPS/INS systems for continuous all attitude operation during space missions including pre-launch alignment, ascent, on-orbit operation and alignment, descent and landing. The intent is to study feasibility of a NASA standard system with a common core architecture and built-in flexibility to allow customizing to each individual vehicle (i.e. Crew Return Vehicle (CRV), Shuttle Orbiter, and the International Space Station (ISS)) with minimal impact to existing interfaces. The candidate's systems must have demonstrated capability in commercial or other government aircraft/spacecraft applications. The integrated system should be capable of being operated in GPS-only or Inertial-only mode, as well as the integrated GPS/INS mode with a single hybrid KALMAN filter. The GPS component of the system shall be capable of utilizing the Precise Positioning Service (SPS) on the ISS. The CRV and the ISS will also require integration of attitude determination capability by the GPS (to eliminate the need for other alignment devices such as star trackers on these vehicles.) The system software will need to meet the existing interfaces on the ISS and the Shuttle orbiter to the extent possible (e.g. by emulating gimbaled inertial measurement unit outputs and inputs on the orbiter). This request for information is not to be confused with the on-going NASA procurement activity to manifest two GPS/INS Detailed Test Objectives (DTO's) on STS-81 and STS-84. Experience gained as a result of these planned DTO's will be directly applicable to potential implementation of the GPS/INS system on the CRV, ISS and Shuttle Orbiter. Provided the standard NASA GPS/INS concept is found to feasible, it is the intention of NASA/JSC to award a DDT&E contract in calendar year 1996 to meet an operational date of 1998 - 2000 on the CRV, Shuttle Orbiter and the ISS. Interested vendors are requested to respond with the following information to Sonya Sepahban, (713-483-2920), mail code: EG, NASA/JSC, Houston, Tx. 77058 or e-mail: sonya.f.sepahban@jsc.nasa.gov. by January 19, 1996: Functional description and architecture; Current performance specifications; Potential modifications for space operations; Potential modifications to meet existing Shuttle Orbiter and ISS interface requirements; Physical dimensions and weight; Parts list; Prior/existing commercial/government applications; Maintenance and sustaining engineering data. PLEASE NOTE, THIS IS NOT A FORMAL REQUEST FOR PROPOSALS. Ombudsman An ombudsman has been appointed to hear concerns from offers and potential offerors during the preaward and postaward phases of this acquisition. The purpose of the ombudsman is not to diminish the authority of the contracting officer, the Source Evaluation Board, or the selection official, but to communicate concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel and to work to resolve them. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The ombudsman does not participate in the evaluation of proposals, the source selection process, or the ajudication of formal contract disputes. Interested parties are invited to call the installation ombudsman, Susan H. Garman at 713-483-0490. Concerns, issues, and disagreements which cannot be resolved at the installation may be referred to the NASA ombudsman, Tom Luedtke at 202-358-2090. -- The solicitation and any documents related to this procurement will be available over the Internet -- These documents will be in RTF format and will reside on a World-Wide Web (WWW) server, which may be accessed using client browsers, such as, MOSAIC or NETSCAPE -- The WWW address, or URL, of the JSC Procurement home page is: http://www.jsc.nasa.gov/bd2/ -- It is the offeror's responsibility to monitor this site for solicitation release. Potential offerors will be responsible for downloading their own copy of the solicitation. Hard copies may be obtained from the JSC Industry Assistance Office via phone 713-483-4511 or fax 713-483-4326. The closing date shall be the same as the solicitation released on the Internet. -- If there are any questions, the contract specialist may be contacted via E-mail at (yharden@ba1.jsc.nasa.gov) or by phone at 713-483-9953. (0010)

Loren Data Corp. http://www.ld.com (SYN# 0136 19960111\25-0008.SOL)


25 - Vehicular Equipment Components Index Page