Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 8, 2000 PSA #2681
SOLICITATIONS

D -- WIRE INTEGRITY RESEARCH PROJECT

Notice Date
September 6, 2000
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
ZIP Code
94035-1000
Solicitation Number
RFI2-37141-RRG
Response Due
September 18, 2000
Point of Contact
Ronnee R. Gonzalez, Contracting Officer, Phone (650) 604-4386, Fax (650) 604-4357, Email rgonzalez@mail.arc.nasa.gov
E-Mail Address
Ronnee R. Gonzalez (rgonzalez@mail.arc.nasa.gov)
Description
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 sumbit comments or questions BY EMAIL ONLY to rgonzalez@mail.arc.nasa.gov, no later than September 18, 2000. In responding reference RFI2-37141-RRG. This is not a notice of solicitation issuance. NASA has a requirement to automatically test the integrity of wiring components in the Space Shuttle Orbiter. Information is requested about instruments, techniques and procedures that are capable of automatically detecting flaws or damage in wire insulation, damaged or broken conductors and shields, for use in the Orbiter work flow environment. There are some 100,000 electrical conductors, 5,000 connectors, 1,000 fuses, 1,000 switches, 1000 terminal boards, 730 relays, and over 500 circuit breakers in each Orbiter. Electrical wiring harnesses are complex and branch between many devices and electronics chassis. Software for tracking wire component test coverage, for optimizing test strategies (minimizing test intrusiveness) and for archiving test data results is desired. Typical wire used in the Orbiter is made using polyimide (Kapton) insulation. Wire types are of a wide variety, including single conductor, twisted pairs, and twisted and shielded pairs and other multiple-conductor, shielded wire. A portion of wire is controlled-impedance coax or controlled-impedance, shielded transmission line. Individual conductors range from inches to more than 100 feet in length, while individual connectors may contain from one to over 100 conductors and shields. The instruments are to be used within the constraints of the Space Shuttle Orbiter physical and work flow environments. Physical access inside certain areas is confined. Visual access in many areas is limited. Orbiter processing schedule constraints require testing to be performed in limited time windows, while other systems, not under test, are in operation and have power applied. Instruments must provide a "go/no go" test result, interpreted by skilled technicians but without requiring expert interpretation. Instruments must be capable of quickly switching tests between all conductors in a selected connector(s). Test instruments requiring electrical access to one or more wire harness connectors should provide an electromechanical interface compatible with the set of existing test cables owned by NASA. NASA desires to use automated wire integrity test instruments during the next major Orbiter maintenance down time, starting August, 2001. Information Requested: All responses should be limited to 7 pages of text, submitted in electronic format by Email to the Contracting Officer. Deadline for submission is Monday, September 18, 2000. NASA requests the following information: 1. Describe existing COTS wire integrity assessment technology offered; A description of existing off-the-shelf test equipment, instruments and techniques that may be used for fulfilling, or partially fulfilling, the objectives above. A) ROM cost of the COTS equipment, B) the principles or technologies by which the test equipment operates, a physical description of the equipment, C) estimates of the effectiveness of the equipment in detecting wire insulation flaws and conductor/shield damage in the Orbiter environment, D) a description of the operating procedure, test data acquisition procedure, and results interpretation and archival procedure. E) A description of modifications, developments or improvements which the responder could recommend or accomplish, which would improve the effectiveness of the equipment in fulfilling the above objectives, i) within one calendar year, with development milestones and ROM price for development. ii) within two calendar years, with development milestones and ROM price for development. 2. Describe wire integrity assessment technology under development; Describe theoretical technique, experimental device, or equipment under development, which could be developed and validated by the responder to fulfill the objectives above. Description should include: A) the principle upon which the technology operates, B) an estimate of the present technical readiness level (TRL) of the technology, C) a development program for developing and validating the technology to fulfill the objectives listed above, D) an estimate of the effectiveness of matured technology in fulfilling the objectives listed above, E) a description of the operating procedure, data acquisition procedure, and results interpretation and archival procedure for the matured technology, F) a description estimating the capabilities of a practical instrument which could be developed by the responder: i) within one calendar year, with milestones and ROM price for development. ii) within two calendar years, with milestones and ROM price for development. 3. Describe software utilities available for wire test management; Describe wire test management software which could track electrical component test coverage, archive test results, optimize test strategies based on test coverage, wire fault propagation, wire criticality assessment, test visibility, or other analyses. A) describe capabilities of available test management software, B) describe any necessary development tasks for modifying baseline software for use to meet the above objectives, which could be accomplished in: i) one calendar year. ii) two calendar years. C) give ROM cost for baseline software and development activities. 4. Describe related experiences Describe experiences, applications, and programs for which the responder has provided similar technology for automated wire integrity testing. This RFI 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 contact. An ombudsman has been appointed -- See NASA Specific 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 Internet site, or URL, for the NASA/ARC Business Opportunities home page is http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?group=C&pin=21 It is the offeror's responsibility to monitor the Internet 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/nasanote.html
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=21#RFI2-37141-RRG)
Record
Loren Data Corp. 20000908/DSOL018.HTM (D-250 SN493781)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on September 6, 2000 by Loren Data Corp. -- info@ld.com