Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 3,1997 PSA#1964

NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

C -- SYSTEMS ENGINEERING FOR RESEARCH FACILITY INTEGRATED SYSTEMS (SERFIS) SOL 1-064-GGH.1684 DUE 112497 POC Linda P. Fitzgerald, Procurement Analyst, Phone (757)-864-2461, Fax (757) 864-7898, Email L.P.FITZGERALD@larc.nasa.gov WEB: Click here for the latest information about this notice, http://procurement.nasa.gov/EPS/LaRC/date.html#1-064-GGH.1684. E-MAIL: Linda P. Fitzgerald, L.P.FITZGERALD@larc.nasa.gov. This procurement may result in the awards of multiple performance based, indefinite delivery, indefinite quantity type delivery order contracts. Each contract will have a guaranteed minimum and specified maximum. In accordance with the Federal Acquisition Streamlining Act, each awardee will be afforded an opportunity to compete for delivery orders in excess of $2,500 with exceptions. Contracts will have a total potential period of performance, including options, of 5 years. The effort requires resources necessary to provide complete systems engineering of mechanical, fluid, and automation systems for research facilities including design, development, fabrication, installation, integration, testing, activation, and maintenance. All designs, material selections, drawings, specifications, and other documentation produced under this contract shall conform to nationally accepted codes and standard practices. Mechanical research equipment and related systems include precision mechanisms and mechanical drives; hydraulic, pneumatic, and electric actuators; mechanical structures, including machine frames (plane and three-dimensional trussed); static and dynamic support structures for machinery; walled structures; vacuum and pressure vessels; heat transfer devices; and integrated systems. Completed components and systems will include model support, injection, and positioning systems; wind tunnels and components (e.g. nozzles, diffusers, screens, turning vanes, turbine blades, actuators, and test cells); flow survey devices; structural test systems, and robotics. Components will be subjected to a variety of environments including cryogenic and elevated temperatures (-4500F to 35000F) which may require active heating or cooling subsystems. Additional environments which require application of specialized knowledge include high pressures (up to 8000 psig), oxygen and hydrogen rich environments, specialty gases and fluids, high vibration and noise, and a full range of aerodynamic flow conditions ranging from low-subsonicto hypersonic speeds. Research fluid systems and equipment includes specialized valving, piping, heat exchangers, dryers, separators, compressors, filters, blowers, vacuum pumps, refrigeration systems, instrumentation, and control systems. Components and systems will handle hard vacuum to high pressures, cryogenic and elevated temperatures, and specialty gases (e.g. oxygen, hydrogen, pyrophoric gases, heavy gases, and corrosive and toxic gases and fluids. Completed equipment and systems will include high-speed and low-speed wind tunnels (closed circuit and blow down); plasma jets; thermal systems; high vacuum systems; cryogenic systems; high and low pressure gas systems; process heat exchangers and specialized cooling systems; heavy gas reclamation systems; research support utilities, such as high pressure steam; hydraulic and pneumatic systems; and associated control systems. Research facility automation systems development includes system requirements specification and analysis; facility simulation, control strategy formulation and analysis; complete hardware/software specification and design; software implementation; system installation; hardware/software integration; system validation using facility simulations; on-site systems integration and checkout; and activation items including system tuning, acceptance testing, performance analysis, and facility personnel training. Systems will provide repeatable, precise, stable, multi-variable control of facility parameters and automation of normal operator functions. Typical systems involve operator workstations networked with embedded microcomputers that evoke responses in field equipment directly or through analog / digital controllers. These systems employ real-time operating systems at the microcomputer level to ensure deterministic responses to time-critical input events. In some cases, systems interface with Programmable Logic Controllers (PLCs) which provide primary safety functions or support automatic staging up and down of primary systems (such as fan drives) and auxiliary systems. NASA Langley Research Center plans to issue a draft RFP via the internet, on or about November 12, 1997. 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. Prospective offerors are invited to submit comments or questions to : Linda P. Fitzgerald, Industry Assistance Office, no later than November 26, 1997. In responding reference 1-64-GGH.1684 -- DRAFT. Comments may be forwarded to Linda P. Fitzgerald via electronic transmission at l.p.fitzgerald@larc.nasa.gov or by facsimile transmission. The secondary point of contact is Charles E. Niles, NASA Langley Research Center, 1 North Dryden Street, Hampton, VA 23681-0001, Mailstop 442, phone 757-864-6979, fax 757-864-7728 or email c.e.niles@larc.nasa.gov. This solicitation/synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. Respondents will not be notified of the results of the review. Any questions regarding this announcement should be directed to the identified point of contacts. An ombudsman has been appointed -- See Internet Note "B". The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in Microsoft Office Suite (Word 6.0, Excel 5.0, or PowerPoint 4.0) format and will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The WWW address, or URL of the NASA/LaRC Business Opportunities home page is http://procurement.nasa.gov/EPS/LaRC/class.html. It is the offerors responsibility to monitor this cite 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. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm. (0303)

Loren Data Corp. http://www.ld.com (SYN# 0016 19971103\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page