Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2004 FBO #0823
SOURCES SOUGHT

A -- APPLIED INFORMATION SYSTEMS RESEARCH

Notice Date
2/25/2004
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
SS-NNL04AISR
 
Response Due
3/4/2004
 
Archive Date
2/25/2005
 
Point of Contact
Mary Jane Yeager, Contracting Officer, Phone (757) 864-2473, Fax (757) 864-7709, Email Mary.J.Yeager@nasa.gov
 
E-Mail Address
Email your questions to Mary Jane Yeager
(Mary.J.Yeager@nasa.gov)
 
Description
NASA/LaRC is hereby soliciting information about potential sources for Applied Information Systems Research" (AISR) No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis. NASA Langley Research Center is seeking partners to develop proposals for the NASA Research Announcement "Research Opportunities in Space Science (NRA 03-OSS-01)" Appendix A.4.3 entitled "Applied Information Systems Research" (AISR) Synopsis: The National Aeronautics and Space Administration (NASA) has released Amendment No. 9 to NASA Research Announcement "Research Opportunities in Space Science" (NRA 03-OSS-01) that establishes a new Program Element A.4.3 in Appendix A entitled "Applied Information Systems Research" (AISR). See http://research.hq.nasa.gov/code_s/nra/current/NRA-03-OSS-01/index.html. This new element is seeking innovative ideas for the uses of computer science and technology to enhance space science research productivity. The specific goals of the AISR program are to: ? Investigate novel information technologies and computational methods that have the potential to increase productivity of the OSS research and/or education and public outreach endeavors, and which would extend the state-of-the-practice in space science; ? Demonstrate the degree of relevance, applicability, and potential impact of emerging information technologies to OSS missions and programs; and ? Foster interdisciplinary collaborations that span the space science and computer science disciplines. The AISR program seeks innovative ideas for uses of information technology to increase life cycle effectiveness and efficiency of the OSS research endeavor across all of its science themes. Suggested (unprioritized) objectives for proposals to this program are to: ? Reduce mission development time, risk, and cost through, for example, advanced simulation and design capabilities; Increase mission duration and reliability through, for example, autonomous operations and control, improved dynamic scheduling, fault tolerant and/or adaptable computing, etc.; ? Increase data return through, for example, onboard science autonomy and intelligent compression; and/or ? Increase science or educational return from the data through, for example, advanced knowledge discovery, data synthesis and data presentation methodologies. Background information and abstracts for current investigations in the AISR program can be found on-line at http://ssds.nasa.gov/aisrp . 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 AISR Program to develop proposals. Subject to the availability of funds, selected proposal(s) would result in 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 with the efforts synopsized for each intended LaRC proposal. Partners must work collaboratively with NASA and other potential 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 criterion evaluates the proposers' 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 criterion evaluates the proposers' 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 proposers' 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: William Edwards, Mail Stop 469, Hampton, VA 23681. The preferred method of submission is via email to: william.c.edwards@larc.nasa.gov. The due date for submission is COB March 4, 2004. Technical questions should be addressed to the technical points of contact indicated below. The following LaRC technology proposal is seeking partnerships. Untethered Navigational Interface for Virtual Interactive Simulations (UNIVIS): A Multi-Function Portable Wireless Virtual Reality System for Mission Design and Collaboration: Technical Contact Kerry Gough, (757) 864-7942, kerry.m.gough@nasa.gov or Danette Allen, (757) 864-7364, danette.allen@nasa.gov . NASA Langley Research Center is seeking partners with which to develop an untethered Virtual Reality (VR) hardware and software system, employing head-mounted displays (HMDs), data gloves, and optical six degrees of freedom (6DOF) tracking technology for space and industry applications. Inter-process communication for this system will be realized using commercial off-the-shelf wireless communication standards. The technologies desired by partners include the following: Optical Tracking: Virtual environment simulations for the system require simultaneous, independent real-time use by multiple users for a wide area. The intended installation area for this system requires a minimum of 800 square feet of coverage without degradation of response or accuracy. The proposed 6DOF wireless tracker should be designed to provide continuous accuracy within at least 1 mm in any direction of location and at least 0.1 degree of angular precision. In order for the system to provide maximum realism with minimal breaks in presence, the wireless tracking system must provide a minimum update rate of 1200 Hz for a single sensor. Rate reduction for multiple sensors is acceptable but should not fall below 400 Hz per sensor. Solutions developed for this project should interface with the existing 3rdTech HiBall optical tracking system. User Studies: Studies are also planned to quantify and compare effectiveness of virtual environments in the untethered system, relative to similar environments experienced in traditional wired HMD-based VR systems. Partners should be experienced in the acquisition and analysis of physiological measures of presence in virtual environments. User studies may be performed at both LaRC and offsite locations to gather independent assessments of effectiveness in virtual environments for correlative measurement purposes. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). TECHNICAL QUESTIONS should be directed to: KERRY GOUGH 757-864-7942. Procurement related questions should be directed to: Mary Jane Yeager 757-864-2473. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. 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. All responses shall be submitted to Mary Jane Yeager no later than 04 March 2004. Please reference SS-NNL04AISR in any response. Any referenced notes may be viewed at the following URLs linked below.
 
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#109110)
 
Record
SN00530942-W 20040227/040225223257 (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  © 1994-2020, Loren Data Corp.