Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 15,2000 PSA#2557

NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899

16 -- NITEX FLIGHT HARDWARE SOL 10-00-0021 POC Jack E. Massey, Contracting Officer, Phone (321) 867-3463, Fax (321) 867-2042, Email Jack.Massey-1@ksc.nasa.gov -- Roy M. Colvin, Contracting Officer, Phone (321) 867-3415, Fax (321) 867-2042, Email Mitch.Colvin-1@ksc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=76#10-00-002 1. E-MAIL: Jack E. Massey, Jack.Massey-1@ksc.nasa.gov. NASA/KSC plans to issue a Request for Quote (RFQ) for NITEX Flight Hardware. The solicitation will specify a requirement essentially as follows: 1.0 Description The NITEX experiment is designed to demonstrate an advanced health monitoring system that performs real-time fault detection and isolation for the X-34 vehicle throughout all mission phases. The experiment will act as an advisory system for detecting both functional failures that can impact the current mission as well as degraded component performance that may impact future missions. The experiment extracts sensor and command data from the telemetry stream or recently recorded data to track the state of the components, detect off-nominal conditions, isolate the failure to an individual component, and, when appropriate, recommend a recovery response. These tasks will be performed by an avionics box (referred to as the Realtime Flight Unit or RFU) on the vehicle and a ground-based health monitoring station. The RFU is responsible for real-time processing of the telemetry data on the vehicle, and is the object of this procurement. The purpose of this procurement is to acquire the enclosure, single board computer (SBC) and solid state memory of the RFU. NASA will provide and integrate additional hardware and software into the RFU after delivery. The following requirements are driven by the environment of the experiment bay of the X-34, the hardware performance required to support the software developed by NASA and the interfaces required by the X-34 and the NASA provided hardware. This procurement includes rugged, flight versions of the enclosure, SBC and memory as well as functionally equivalent, commercial grade (non-flight) versions of the SBC and memory for use during development. 2.0 Requirements 2.1 System Environment For the purpose of this procurement, the system is defined as the enclosure, SBC and flash memory assembled and operating together. The system shall be capable of operating nominally within the environmental parameters listed in this section. 2.1.1 Altitude The system, and all of its components, shall operate at altitudes up to 50,000 feet. 2.1.2 Temperature Profile The system, and all of its components, shall withstand operating temperatures between -40 degrees C and +55 degrees C, with 30 minute excursions to +70 degrees C. 2.1.3 Vibration The system, and all of its components, shall operate within the following vibration spectrum: (To be provided in the solicitation) 2.1.4 Shock The system, and all of its components, shall operate within the following shock limits, labelled "All Others": (To be provided in the solicitation) 2.1.5 Electromagnetic Compatibility The system shall conform to MIL-STD-461 for CE01, CE03, RE02 and RE04. 2.2 Enclosure For the purposes of this procurement, the enclosure includes a DC to DC power supply, a VME backplane, a front panel for external connections, removable panel (or panels) for interior access, a mounting surface (referred to as the bottom of the enclosure) for mounting the enclosure to the vehicle and wire harnesses to connect internal components to each other and to the front panel. 2.2.1 Dimensions The enclosure will be mounted in an irregularly shaped (not orthogonal) experiment bay in a wing strake of the vehicle. The mounting surface (footprint) shall be no more than 18 inches long and no more than 12 inches wide, and the height shall not exceed 6 inches if the entire allowable (18 x 12 inch) footprint is used. For smaller footprints, the height limit may be raised, but shall not exceed 9 inches. Proposed enclosure heights between 6 and 9 inches will require analysis and approval by the government. The government will approve or disapprove the proposed dimensions prior to contract award. 2.2.2 Front Panel All switches, controls, displays, indicators and electrical connections that are part of the enclosure shall be mounted or installed on a single panel (referred to as the front panel), perpendicular to the mounting surface. The front panel shall not be on top of the enclosure. The front panel shall not be used for interior access. 2.2.2.1 Front Panel Connectors Separate connectors shall be installed on the front panel for power input to the enclosure and for user defined input and output signals. All of these front panel connectors shall conform to MIL-C-38999. 2.2.2.1.1 Power Connector The power connector shall have two pin (male) contacts sized for the voltage and current as specified in section 2.1.3 Power Supply. These power contacts shall be internally connected to the input terminals of the DC to DC power supply. 2.2.2.1.2 User Input/Output Connector The user input/output connector shall have 37 socket (female) contacts. The contacts shall be size 22D. The internal connections to the contacts in this connector will be defined be NASA. 2.2.2.2 Front Panel Reset Switch A momentary switch shall be installed on the front panel. When activated, this switch shall cause a VMEbus RESET to occur. It shall release the VMEbus RESET when the switch is released. The mechanical configuration of this switchshall prevent inadvertent activation due to routine handling of the enclosure, cables connected to the front panel or nearby equipment. 2.2.2.3 Front Panel Power Indicator A lamp shall be installed on the front panel to indicate when the DC to DC power supply is energized. 2.2.3 Slots The enclosure shall provide three, or more, slots for conduction cooled VME modules conforming to IEEE 1101.2 1992. 2.2.4 Backplane A 6U VMEbus backplane shall be installed in the enclosure to provide connection between VME modules conforming to VME64 (ANSI/VITA 1-1994). The backplane shall support three, or more, VME modules. Custom connections between VME modules on the backplane and between the VME modules and the front panel will be defined by NASA. The backplane shall be conformally coated using an insulating compound listed in QPL-46058-77. 2.2.5 Power Supply The enclosure shall have a DC to DC power supply installed that will receive 28 volts DC as nominal input. The power supply shall provide output voltages required tosupport the SBC, Flash memory and the standard VMEbus voltages of 5 volts, +12 volts and -12 volts. The total output power capability for all required voltages shall be 75 watts or greater. Electrical printed circuit assemblies within the power supply shall be conformally coated using an insulating compound listed in QPL-46058-77. 2.2.6 Power Dissipation The enclosure shall be capable of dissipating 100 watts, or greater, of power via conduction cooling. 2.2.7 Chassis Ground A single point for electrically bonding the chassis ground to the vehicle's ground reference shall be provided on the exterior of the enclosure. 2.2.8 Finish The exterior surfaces of the enclosure shall be painted lusterless gray (#36231) per FED-STD-595. 2.3 Single Board Computer (SBC) The SBC is required to run the software developed by NASA running on the VxWorks 5.4 real time operating system. The commercial grade SBC must be functionally equivalent to the flight grade version to ensure that performance and execution of the software is identical on both versions. The commercial grade SBCs will be used for software development and testing in a laboratory environment. 2.3.1 CPU The SBC shall have a PowerPC central processing unit (CPU) as its primary processor. The CPU shall have equivalent, or greater, performance to a MPC750 running at 200MHz. 2.3.2 DRAM The SBC shall provide 128 Mbytes, or more, of DRAM. 2.3.3 Boot Flash The SBC shall provide 1 Mbytes, or more (2 Mbytes is preferable), of boot FLASH memory. 2.3.4 L2 Cache The SBC shall provide 265 Kbytes, or more, of L2 cache. 2.3.5 SCSI The SBC shall provide a SCSI-2 interface. 2.3.6 Ethernet The SBC shall provide a 10BaseT Ethernet interface. 2.3.7 RS-422 The SBC shall provide at least one RS-422 serial port. 2.3.8 RS-232 The SBC shall provide at least one RS-232 serial port. 2.3.9 PCI Mezzanine Card The SBC shall provide at least one vacant conduction-cooled PCI Mezzanine Card (PMC, conforming to IEEE P1386.1) slot. There shall be eight, or more, user defined signal lines from the PMC slot to either the P0 or the P2 backplane connector of the SBC. If P2 is used for the user defined signals, then a P0 connector is not required. This slot is intended to be used by NASA provided hardware. 2.3.10 Watch-dog Timer The SBC shall provide a watch-dog timer to indicate failure or reset the CPU if failure is detected. 2.3.11 Operating System The SBC shall support VxWorks version 5.4 / Tornado version 2.0 from WindRiver Systems. The SBC vendor shall provide a board support package to allow full access to on-board hardware resources, as specified for this procurement, from VxWorks 5.4 /Tornado 2.0. Any modes, features, or capabilities of the SBC on-board hardware resources not supported by the board support package shall be fully disclosed. 2.4 Flash Memory The Flash memory is used to store applications and system software that are executed by the SBC, and to store measurements and results of the experiment. The commercial grade memory device must be functionally equivalent to the flight grade version to ensure that performance and execution of the software is identical on both versions. The commercial grade memory device will be used for software development and testing in a laboratory environment. The commercial grade memory device is not required to use solid state Flash memory. 2.4.1 Memory Capacity The Flash memory shall be capable of storing and accessing 1 Gbyte, or more, of data. 2.4.2 Maximum Read Access Time The Flash memory shall have a maximum read access time of 10 milliseconds. 2.4.3 Maximum Write Access Time The Flash memory shall have a maximum write access time of 10 milliseconds. 2.4.4 Minimum Block Transfer Rate The Flash memory shall have a minimum block transfer of 200 Kbytes per second. 2.4.5 SBC Interface The Flash memory shall be fully accessible through one of the SBC interfaces. The vendor shall provide a VxWorks 5.4 software driver for the Flash memory device. 2.5 Integration The vendor shall assemble each enclosure, SBC and Flash memory device prior to delivery. The vendor shall also install one SBC (in VME slot 1) and one Flash memory device, and connect all internal cable harnesses, in each of the delivered enclosures to deliver them as integrated systems. Each of the delivered components, whether delivered individually or assembled in an integrated system, shall be powered on for a 24 hour, or more, burn-in test. Each of the features required in this document shall be tested to ensure its function after the burn-in period. 3.0 Deliverables 3.1 Enclosure The vendor shall provide three enclosures meeting the requirements of sections 2.1, 2.2 and 2.5. These shall be delivered within six months from the contract award date. 3.2 Single Board Computer 3.2.1 Flight Grade SBC The vendor shall provide five single board computers meeting the requirements of sections 2.1, 2.3 and 2.5. These shall be delivered within six months from the contract award date. 3.2.2 Commercial Grade SBC The vendor shall provide six single board computers meeting the requirements of section 2.3. These shall bedelivered within two months from the contract award date. 3.3 Flash Memory 3.3.1 Flight Grade Flash Memory The vendor shall provide five Flash memory devices meeting the requirements of sections 2.1, 2.4 and 2.5. These shall be delivered within six months from the contract award date. 3.3.2 Commercial Grade Flash Memory At the government's option, the vendor shall provide six Flash memory devices meeting the requirements of section 2.4. If the government decides to exercise this option, these shall be delivered within two months from the date the government notifies the vendor that the option will be exercised. 3.4 Documentation 3.4.1 Manuals The vendor shall provide all user guides, operation manuals, technical reference manuals and programming reference manuals that are available for the enclosure, SBC and Flash memory. These manuals may be provided via paper copies or electronically in the Portable Document Format (PDF). If paper copies are provided, one copy of each document shall be delivered with each component. 3.4.2 Custom Items The vendor shall provide drawings, wire lists or other documentation of any custom, or non-standard, items. This documentation shall be approved by the government prior to final fabrication. The government will notify the vendor of approval or modifications within one month from the date that they are received from the vendor. Custom items may include, but are not limited to, front panel layout and internal wire harnesses. These documents may be provided via paper copies, or electronically in the documents' native file format and in the Portable Document Format (PDF), however, electronic versions are preferred. Only one copy of each of these documents is required for this contract. 3.4.3 Test/Analysis Reports The vendor shall provide evidence of tests or analysis performed to verify adherence to the requirements of this procurement. Also, the vendor shall provide evidence of the burn-in tests performed on the delivered components, as specified in section 2.5 Integration. These reports shall be provided via paper copies at the same time, or prior to, the final delivery. Electronic versions may be provided in addition to the paper copies. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). The Government intends to acquire a commercial item using FAR PART 12. Accordingly, any interested firms must demonstrate that they have successfully produced equipment that satisfies the requirements described above, is currently used in industry, and is available commercially. See NASA Specific Numbered Note "A". The SIC Code and Size Standard are 3812 and 750 employees, respectively. The anticipated release date of RFQ 10-00-0021] is on or about 3/20/00 with an anticipated quote due date of on or about 3/31/00. All qualified responsible sources may submit a quote which shall be considered by the agency. [OMBUDSMAN STATEMENT IS REQUIRED] An ombudsman has been appointed -- See Internet Note "B". The solicitation and any documents related to this procurement willbe 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 Internet site, or URL, for the NASA/KSC Business Opportunities home page is http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=76 It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential quoters 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/nasanote.html Posted 03/13/00 (D-SN433753). (0073)

Loren Data Corp. http://www.ld.com (SYN# 0131 20000315\16-0005.SOL)


16 - Aircraft Components and Accessories Index Page