Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2002 FBO #0319
SOURCES SOUGHT

A -- TEAMING OPPORTUNITY FOR THE ADVANCED INFORMATION SYSTEMS TECHNOLOGY (AIST) PROGRAM NRA

Notice Date
10/15/2002
 
Notice Type
Sources Sought
 
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
SS-055-AIST
 
Archive Date
10/15/2003
 
Point of Contact
Mary Jane Yeager, Contracting Officer, Phone (757) 864-2473, Fax (757) 864-7709, Email M.J.YEAGER@larc.nasa.gov
 
E-Mail Address
Email your questions to Mary Jane Yeager
(M.J.YEAGER@larc.nasa.gov)
 
Description
NASA Langley Research Center is seeking partners to develop a technology proposal in response to the announcement below. Synopsis: The National Aeronautics and Space Administration (NASA) released a NASA Research Announcement (NRA) NRA-02-OES-04 on August 26, 2002 to solicit proposals in support of the Earth Science Enterprise's Advanced Information Systems Technology (AIST) Program. This NRA solicits both hardware and/or software technology proposals in any of the following four information system technology categories: (1) On-board satellite data processing; (2) Space-based communication networks, (3) Mission automation; (4) High end computing technologies for modeling; which have the highest potential to meet goals of this NRA and the capability requirements of the Office of Earth Science. Successful proposers must present concepts which have great potential to identify, develop and (where appropriate) demonstrate advanced information system technologies which: enable new Earth observation measurements and information products, increase the accessibility and utility of Earth science data, and reduce the risk, cost, size, and development time of Earth Science Enterprise (ESE) space-based and ground-based information systems. The AIST program will competitively select through a peer review process proposals to participate in the program. The total proposed period of performance should not exceed 36 months. NASA Langley Research Center (LaRC) is seeking partners from other government agencies, industry, academia, and Federal Funded Research and Development Centers (FFRDC) to participate with NASA LaRC Principal Investigators (PI) in the AIST program to develop a proposal and execute development and performance demonstrations of Information Technology (IT) advances in collecting, handling, and managing very large amounts of data and information in space and on the ground. It is expected that selection of the proposal(s) and availability of funds would result in device and/or subsystem contract(s) for the selected partner(s). This partnering opportunity does not guarantee selection for award of any contracts, nor is it to be construed as a commitment by NASA to pay for the information solicited. It is expected that the partner(s) selected would provide (at no cost to NASA) conceptual designs, technical data, proposal input, project schedules and cost estimates consistent with the requirements of the NRA. Potential partners must demonstrate the capabilities and experience to provide subsystems and devices consistent with the efforts synopsized for the LaRC proposal. Partners must work collaboratively with NASA and other potential government, industry, and academic partners to perform the required tasks. Partner selection(s) will be made by LaRC based on the following criteria in the following order of importance: (1) Relevant experience, past performance, technical capability, and availability of key personnel: This criteria evaluates the proposer's relevant recent experience, past performance in similar development activities, technical capability to perform the development and key personnel available to support the development. Substantive evidence (points of contact and telephone numbers) of successful participation in similar developments should be included. (2) Cost and schedule control: This criteria evaluates the proposer's ability to control both cost and schedule. The proposer should provide evidence of successfully controlling cost and schedule for similar development programs and provide evidence of management processes in this area. (3) Facilities: This criterion evaluates the proposer's facilities (development, testing, and analyses) to conduct the development or demonstration of the proposed task. The proposer should discuss facility availability, access, and the ability to meet the proposed objectives. Responses should be limited to 5 pages (12 point font) and address each of the criteria. All responses should be sent to: NASA Langley Research Center, Attn: Darlene Pokora, Mail Stop 214, Building 1229, Room 120H, Hampton, VA 23681. The preferred method of submission is via email to: <d.c.pokora@larc.nasa.gov>. The due date for submission is COB October 25, 2002. Procurement questions should be directed to Mary Jane Yeager, NASA LaRC Procurement Office, 757-864-2473, <m.j.yeager@larc.nasa.gov>. Technical questions should be directed to Mr. Jeffrey Herath (see below), or to Darlene C. Pokora at the email address noted above, phone # (757) 864-7511. The technical requirements and NASA LaRC point of contact for technical questions is provided below: Radiation Tolerant Intelligent Memory Stack (RTIMS) Technical Point of Contact: Mr. Jeffrey Herath, (757)864-1098, j.a.herath@larc.nasa.gov The long-term objective of this effort is the development of a prototype device and demonstration of the effectiveness of an intelligent stacked memory array for enabling greatly enhanced on-orbit computing and data product generation capabilities. For this AIST program we propose to develop a working intelligent stacked memory array and demonstrate the feasibility of an eventual space-based mission via environmental testing. Responses are solicited from potential AIST program partners who can demonstrate the capabilities and experience to design, manufacture and test heterogeneous chip stack devices. In addition potential partners interested in reconfigurable computing applications are invited to respond. Selected partners will be expected to work collaboratively with government representatives and other potential industry and academic partners to perform some or all of the following tasks: ? Design and manufacture the intelligent stacked memory array, RTIMS ? Obtain suitable integrated circuits ? Perform initial functional tests ? Assist the integration of the device ? Assist with environmental testing, evaluation and deviation resolution. RTIMS General Description: A stacked memory device providing 2 Gigabits of storage, organized in 16 bit words. Each memory word will require 8 additional bits for Error Detection And Correction (EDAC). The memory type should be Synchronous Dynamic Random Access Memory (SDRAM) as most data will be written sequentially. Further a Field Programmable Gate Array (FPGA) (and any additional circuits required by the FPGA to start i.e., EEPROM) are also incorporated into the stack. The FPGA design within the stack implements the control logic for using the SDRAMs as a general purpose bank of memory without worrying about selecting rows, columns, banks, refresh cycles and EDAC circuitry. These functions are transparent to the user of the RTIMS. The FPGA must be in stack reprogrammable. NASA Langley will develop the FPGA code. The FPGA selected will need to be equivalent in size to 32k gates of an Actel FPGA. The RTIMS will need to be rated for 100K RAD (total dose) and be destructive latch-up immune. Single Event Upsets (SEUs) will be corrected by EDAC and logged while dual upsets will be detected by EDAC and logged. The height of the RTIMS should be 300 mils or less.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=23#103460)
 
Record
SN00188428-W 20021017/021015213456 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.