Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 25,2000 PSA#2649

NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

70 -- MODIFIED MSU TURBO SOFTWARE SOL 3-147158 DUE 080400 POC Michelle A. Mader, Contract Specialist, Phone (216) 433-2765, Fax (216) 433-2480, Email Michelle.A.Mader@grc.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=22#3-147158. E-MAIL: Michelle A. Mader, Michelle.A.Mader@grc.nasa.gov. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Offer (RFO) to Mississippi State University (MSU) on a SOLE SOURCE basis under the authority of 10 U.S.C. 2304(c)(1). MSU developed the software code and has retained all rights to the source, object and executable software code. As a result, they are the only source capable of modifying the code. To be acquired is the modification of the existing MSU TURBO software over a 60 month performance period in accordance with the following Statement of Work: Ultra Efficient Engine Technology (UEET) Project Unsteady/Aeroelastics Modeling Statement of Work The NASA Glenn Research Center's Ultra Efficient Engine Technology (UEET) project requires software to provide a high fidelity computer simulation of the unsteady aerodynamics of multiple blade row turbomachinery flows. This software is to support Highly-Loaded Turbomachinery (WBS 3.0), Flow Physics Based Modeling (WBS 3.5), and most specifically Unsteady/Aeroelastics Modeling (WBS 3.5.1) areas of interest in the UEET program. The Mississippi State University TURBO software version 4.1 can provide turbomachinery flow simulations that meet many of the UEET project requirements. However to meet all the requirements of the UEET program the TURBO software will be modified to operate more efficiently and to include the innovative flow control concepts being employed in UEET turbomachinery designs. In addition, the usability and documentation of the TURBO software will be improved, so that turbomachinery designers, who are not experts in computation fluid dynamics, can use the software. Specific Tasks: I. TURBO Software Modification, Support, and Maintenance, Year 1-5. A. The Contractor shall modify the turbomachinery flow simulation software entitled TURBO version 4.1 to operate in a parallel-computing mode on multi-processor computers. In modifying the software the Contractor shall maintain compatibility of the software with APNASA turbomachinery flow analysis currently in use at NASA Glenn Research Center. B. The Contractor shall provide user support and code corrections for the software known as TURBO version 4.1 and the modified version of the TURBO software as it is produced. C. The Contractor shall validate and document the capabilities of the software by applying the software to test cases. At least 30 calendar days before the commencement of a validation test, the Contractor shall submit the proposed test to the NASA Contract Officer Technical Representative (COTR) for approval. II. Software Modification Specific to UEET and Software Application, Year 2-5. A. The Contractor shall adapt the software developed under Task I to simulate flow control devices and other flow features unique to the Ultra Efficient Engine Technology (UEET) core compressor design being developed at NASA Glenn Research Center. B. The Contractor shall develop improved boundary conditions for the simulation as required for application to UEET turbomachinery components. C. The Contractor shall apply the code to simulate the flow in the UEET compressor design. The Contractor shall provide NASA Glenn research with the results of the first simulation of the UEET compressor by 4/1/02. D. The Contractor shall demonstrate the capability of the software to produce a simulation of the UEET compressor using 24 hours of computing time or less by 4/1/04. III. Software Interface and Usability, Year 1-5. A. The Contractor shall development a Graphical User Interface (GUI) for the software developed under Tasks I and II. B. The Contractor shall develop an interface that includes features to aid turbomachinery designers in the setup of input data used by modified TURBO software and the displaying of the simulation. At least 60 calendar days prior to the start of development of the user interface, the contractor shall submit a plan of the interface to the NASA COTR for approval. The plan shall include a list and description of all parameters to be input or controlled by the users, and all variables that are to be output through the interface. C. The Contractor shall provide in the interface the pre/post processing of the simulation required to efficiently map the simulation onto and off of a multi-processor computer for parallel operation. IV. Software Storage and Distribution, Year 1-5. A. The Contractor shall maintain archive copies of the simulation and GUI software developed under Tasks I, II and III. B. The Contractor shall provide a software distribution system of this original software. This system will allow distribution of the software while providing security from unauthorized execution of the software and unauthorized access of the software source code. A distribution system shall be in place by one calendar year after the start of the contract. C. The Contractor shall provide NASA Glenn Research Center with copies of all software produced under the contract including source code. The Contractor shall provide the opportunity for NASA to obtain the latest version of the software as newer versions are developed. The time between these opportunities shall not exceed 6 months. D. The Contractor shall distribute software to a list of recipients provided by a NASA COTR. The list will contain the names of the recipients and the level of access each recipient is to have to the software. The list will be revised and updated every 6 months. V. Software Documentation and Training, Year 2-5. A. The Contractor shall develop a web-based documentation for the software developed under Tasks I, II, and III. The documentation shall contain information on the input required by the software, the output produced by the software, and the operation of the software. The first version of the documentation shall be made available by two calendar years after the start of thecontract. The Contractor shall keep the documentation up to date and current with the latest release of the software. B. The Contractor shall provide training on the use of the software produced under this contract. The Contractor shall conduct a minimum of 2 training sessions, one of which will be held at NASA Glenn Research Center. The Contractor shall provide copies of all documentation related to the training to the attendees. VI. Reporting, Year 1-5. A. The Contractor shall provide a written report quarterly (every 3 months) on the status and their progress of the work described in Tasks I -- V. B. The Contractor shall inform NASA COTR of the general progress on the contract via the telephone or email by the 7th day of each month. C. Twice in a 12-month period, the Contractor shall brief the NASA COTR and other interested parties on the status and progress of the work described in Tasks I -- V. Briefings are to be held alternately at NASA Glenn Research Center and at the Contractor site. END OF STATEMENT OF WORK The provisions and clauses in the RFO are those in effect through FAC 97-18. The SIC code and the small business size standard for this procurement are 7371 and $18 million,respectively. The offeror shall state in their offer their size status for this procurement. The period of performance for the proposed contract is sixty (60) months from the date of award of contract. The DPAS rating for this procurement is DO-C9. The offer for the items(s) described above is due by 3:00pm, local time, to NASA Glenn Research Center, Attn: Michelle Mader, 21000 Brookpark Rd. (MS 500-305), Cleveland, OH 44135 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. The offeror is encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a offer. The offerors shall provide the information required by FAR 52.212-1. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows: Clauses NFS 1852.204-76 (July 2000) and NFS 1852.232-77 (March 1989) are incorporated herein by reference. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 52.219-8, 52.219-9, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.232-33. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm In addition, The Government will furnish for the performance of this contract 1500 hours (96,000 single processor/node hours) ofcomputer time on an SGI Origin 2000 with 64 processors or an equivalent amount of computational time on another parallel computing platform of equal or better performance when compared to an SGI Origin 2000. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items with their offer. These may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/ . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=22 The offeror will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Posted 07/21/00 (D-SN477751). (0203)

Loren Data Corp. http://www.ld.com (SYN# 0287 20000725\70-0002.SOL)

70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index  |  Issue Index |


Created on July 21, 2000 by Loren Data Corp. -- info@ld.com