|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 19,1998 PSA#2162NASA/Langley Research Center, Mail Stop 144, Industry Assistance
Office, Hampton, VA 23681-0001 A -- RESEARCH AND DEVELOPMENT OF CONCEPTUAL ANALYSES,
PROTOTYPE/PROTOFLIGHT COMPONENT AND SUBSYSTEM AND FLIGHT VALIDATION AND
TEST OF COMPONENTS, INSTRUMENTS, OR SYSTEMS SOL SS294 DUE 083198 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://nais.nasa.gov/EPS/LaRC/date.html#SS294. E-MAIL: Linda P.
Fitzgerald, L.P.FITZGERALD@larc.nasa.gov. NASA/LaRC is hereby
soliciting information for potential sources for conceptual analyses,
protype/protoflight component and subsystem research and development,
and flight validation and test of components, instruments or systems.
The effort requires the analysis and development of instrument and
space flight system technologies to support NASA's space flight and
science missions. Government facilities and ground support equipment
can be use on a full-cost accounting basis. In the event of an RFP, the
resulting contract(s)is expected to be an indefinite
delivery/indefinite quantity-type contract which will include the
following three work elements that will allow NASA to obtain products
ranging >from analysis of basic principals, technical and mission
requirements through the development of technology demonstration
hardware. 1. Element one consist of the conceptual analysis of proposed
missions, technologies and technology insertion criteria that would
enable a mission through the use of a new or improved flight
system/component or instrument. Expertise in the development of mission
requirements, operations, instrument/system requirements, modeling and
simulations, conceptual design and analysis including mechanical,
thermal, and electrical interface definition will be required. In
addition, cost and schedule estimates for the design, development,
integration, operations or test, and data analysis of the flight
system, instrument or technology along with the needed ground support
equipment will be required. 2. Work element two consist of rapid
prototyping/breadboarding and/or analysis of flight systems, technology
demonstrators or instruments that will provide sufficient data for an
intelligent decision to proceed to flight hardware. This includes the
design, development, integration, testing, operations and validation of
components, systems, and instrument technologies to reduce the
technical and programmatic risks for development of flight and science
missions. Component, subsystem and instrument prototype performance
must be validated in an appropriate environment that may include
laboratory, field, aircraft, balloon, and/or space testing and
evaluation. 3. Element three includes the actual component, instrument,
or system development and flight test that demonstrates that a
technology is ready for mission use. This element requires the design,
development, integration, testing (performance and environmental),
calibration, and operation of flight components, subsystems or systems.
The development of the plans, procedures and testing for the
integration of the component or subsystem into the flight or instrument
system, and on-orbit operation, testing and calibration will be
required. In addition, the design, development and fabrication of all
ground support equipment are included. The technology studies and
developments will cover a wide range of disciplines. Each contractor or
contractor team must demonstrate an expertise in the following
technology product lines as well as the capability to provide excellent
products for the three technology study and development work elements.
If the contractor or contractor team does not have the required
expertise they must present a detailed approach to obtaining the
required expertise. The primary technology product lines of interest
are described in the following; however, work in other technology
product lines may be requested. 1. Breakthrough Materials, including
high-temperature composites for efficient thermal management,
thermally-stable composites for optics and instrument structures, and
piezoelectric materials for high-displacement actuators. 2. Lightweight
and Multifunctional Structures, including multifunctional structures to
reduce spacecraft size and mass; low-cost composite spacecraft
structures and components, radiation shielding to protect humans and
microelectronics. 3. Deployable and Inflatable Structures, including
precision deployable structures for telescopes and antennas and
space-durable polymer materials for inflatable structures. 4.
Structural Dynamics and Geometry Control, including piezoelectric
actuators for optical positioning, instrument scanning, and shape
control of telescope mirrors, and control systems for adaptive
reflectors. 5. Next Generation Design and Analysis Tools, including
intelligent design and analysis tools to enable rapid assembly of
spacecraft models, tools to allow collaboration in a virtual
environment, high-fidelity tools for model-based performance and
dependability verification of spacecraft and instrument components,
subsystems, and systems. 6. Advanced Instruments, including technology
for remote and in situ sensing of the Earth and other planets,
advanced lidar, passive electro-optic and microwave sensors and
instruments, and sensorcraft. 7. Avionics, including ultra-low power,
radiation tolerant analog and digital components and subsystems,
advanced spacecraft and instrument controllers, sensorcraft attitude
control, and health monitoring subsystems. 8. Onboard Data Processing,
including technologies for autonomous high rate data acquisition,
processing, and cross/downlink that support high-level commanding,
low-cost operations and increased timeliness of science and commercial
data products. No solicitation exists; therefore, do not request a
copy of the solicitation. If a solicitation is released it will be
synopsized in the CBD and on the NASA Acquisition Internet Service. It
is the potential offerors responsibility to monitor these cites for
the release of any solicitation or synopsis. Firms having the required
specialized capabilities to meet the above requirements should submit
a capability statement of 10 pages or less indicating their ability to
perform the effort as described above. Responses must include the
following: (1) name and address of firm, (2) size of business: average
annual revenue for past 3 years and number of employees, (3)
ownership: Large, Small, Small Disadvantaged, 8(a), and/or Woman-Owned,
(d) number of years in business, (5) two points of contact: name,
title, phone, fax, and e-mail, (6) DUNS Number (if available), (7)
affiliated information: parent company, joint venture partners,
potential teaming partners, prime contractor (if potential sub) or
subcontractors ( if potential prime), (8) a list of customers covering
the past 5 years: highlight relevant work including a summary of work
performed, contract number, contract type, dollar value for each
customer reference and customer point of contact with phone number, and
interested parties should provide their company status relative to ISO
9000 compliance and/or third party registration. Technical questions
should be directed to Steve Jurczyk at (757) 864-1865 or Don Avery at
(757) 864-1947 Please advise if the requirement is considered to be a
commercial or commercial-type product. A commercial item is defined in
Internet "Note A". [INTERNET ONLY (commercial product definition)]
This synopsis is for information and planning purposes and is not to be
construed as a commitment by the Government nor will the Government pay
for information solicited. Respondents will not be notified of the
results of the evaluation. Respondents deemed fully qualified will be
considered in any resultant solicitation for the requirement. The
Government reserves the right to consider a small business or 8(a)
set-aside based on responses hereto. Responses should be submitted to
NASA Langley Research Center, Industry Assistance Office, Attn: Linda
P. Fitzgerald, Mail Stop 144, Hampton, VA 23681-0001, or by e-mail to
l.p.fitzgerald@larc.nasa.gov. In responding reference SS294. Any
referenced notes can be viewed at the following URL:
http://genesis.gsfc.nasa.gov/nnotes.htm. Posted 08/17/98 (D-SN237843).
(0229) Loren Data Corp. http://www.ld.com (SYN# 0006 19980819\A-0006.SOL)
A - Research and Development Index Page
|
|