Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2007 FBO #1971
SOURCES SOUGHT

R -- GUIDANCE NAVIGATION AND CONTROL FLIGHT SOFTWARE SUPPORT FOR EXPLORATION

Notice Date
4/18/2007
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ08191870L
 
Response Due
5/3/2007
 
Archive Date
4/18/2008
 
Small Business Set-Aside
N/A
 
Description
NASA/JSC is hereby soliciting information about potential sources for Guidance, Navigation and Control Flight Software Support for Exploration. 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. The National Aeronautics and Space Administration?s Lyndon B. Johnson Space Center is issuing this Request for Information (RFI) in order to identify sources interested in meeting the potential requirement and these sources' capabilities toward fulfilling the potential requirement. The information sought herein is for planning purposes only and shall not be interpreted as any type of actual solicitation. There shall be no basis for claims against the Government as a result of information submitted in response to this RFI. The Government does not intend to make any award on the basis of this RFI, or otherwise pay for any information provided by respondents. This notice is for market research purposes only and may not be indicative of the full requirement. Should a requirement arise, the full requirement will be detailed in the solicitation. NASA Johnson Space Center?s Aeroscience and Flight Mechanics Division (EG) is seeking sources capable of and interested in providing engineering support. This support shall consist of Guidance, Navigation and Control (GN&C) Flight Software (FSW) and analysis support for Exploration Systems. This work shall consist of engineering insight/oversight of prime contractor?s GN&C FSW for use in Exploration manned vehicle programs. These programs currently consist of the Constellation Program?s production Crew Exploration Vehicle (CEV), known as Orion, and the CEV Flight Test Article (FTA), an ascent-abort flight test version of Orion. In coming years, other Exploration vehicles and the International Space Station (ISS) may also require EG?s GN&C FSW involvement, since the CEV will be interfacing with those vehicles as part of its Design Reference Missions (DRM). This support shall augment those capabilities provided by in-house resources. The NAICS Code and size standard for this requirement would be 541330 and $4.5 million, respectively. Specifically, this task may include: 1. Provide insight/oversight of the GN&C Computer Software Configuration Items (CSCI) throughout the entire software development life cycle, including requirements, design, code, formal code inspection, unit testing, verification testing, integrated hardware/software testing, and maintenance. Insight/oversight includes witnessing of formal verification and tests at the appropriate contractor or NASA facilities. 2. Provide formal and informal inputs for the contractor and NASA products listed below, and ensure their correctness and completeness. NASA?s concurrence responsibilities are noted below, as applicable: a. Software Requirements Specification (concur) b. Software Design Document c. Software Inspection and Peer Review Reports d. Software Test Plan (concur) e. Software Test Plan Description (concur) f. Software Maintenance Plan g. Software Users Manual h. Software Version Description Document i. Software Development Folder j. Software Change Request (concur) k. Software Discrepancy Reports (concur) l. Constellation Program Documents m. Orion Project Documents. 3. Support the development and validation of the prime contractor avionics and software architecture. Support is provided for integration of the GN&C CSCI. 4. Conduct engineering analysis to validate requirements, design, implementation, and performance of the GN&C FSW and algorithms. Such analyses will require use of NASA?s 6 Degree-of-Freedom (6DOF) high fidelity dynamics simulation environment. This simulation environment will allow the Contractor to embed and evaluate the GN&C FSW and algorithms delivered by the prime contractor in both a non-real-time desktop setting as well as real-time in a Hardware-in-the-Loop (HWIL) setting. Such embedding would require the Contractor to be capable of modifying the simulation in order to integrate the GN&C FSW CSCI deliverables. The HWIL setting will interface the simulation with flight-like Processors-in-the-Loop (PIL) using flight-like interfaces, in order to perform integrated hardware/software testing activities for independent assessment. The HWIL lab will also include flight-equivalent unit (FEU) navigation hardware for high fidelity, integrated GN&C FSW testing. The FEU hardware may include Global Positioning System (GPS) sensors, Inertial Measurement Units (IMU) and Star Trackers (ST), which may be stimulated with the requisite stimulation devices in the loop, such as GPS signal generators and rate tables. The Contractor will be required to work with the support team in conducting GN&C FSW tests in this lab environment. 5. Support the Systems Engineering and Integration (SE&I) tasks related to the performance and execution of the above FSW support tasks, including integration of the vehicles with other elements. The Government has deemed the following capabilities to be essential to the adequate performance of this task: 1) A Capability Maturity Model Integration (CMMI) Rating of Level 3/ Staged or better 2) Experience with in-flight, human-rated GN&C systems for human space, military aircraft, and/or commercial aircraft. This experience shall consist of the following in terms of FSW development a. FSW System Definition b. FSW System Development c. FSW System Test d. FSW System Deployment (including operations and sustaining engineering) Experience with end-to-end FSW development on a single vehicle and as a lead developer and integrator would be considered beneficial. 3) Experience with modern software development processes and either the same tools or functionally similar competitive tools as those used by the CEV prime contractor. Specific areas of interest include: a. Matlab/Simulink b. C/C++ experience, both with manually-written code and autogenerated code from the Real Time Workshop Embedded Matlab Autocoder c. UML Modeling and proficiency in UML Computer Aided Software Engineering (CASE) tool, such as Rational Rose, Tau, Kennedy-Carter iUML, Rhapsody, etc.) d. Familiarity with automated test case generation and path coverage tools, such as CodeTest, ?Suds, TVEC, LDRA, VectorCast, or similar generation. 4) Experience and proficiency with requirements configuration management and traceability tools, such as Requisite Pro, Cradle, Doors, etc. A strong understanding of bi-directional requirements traceability would be beneficial. 5) Experience and proficiency with real-time operating systems (RTOS) as it pertains to human-rated GN&C systems, such as VxWorks, Green Hills Integrity. Knowledge and expertise in DO178B and ARINC 653 time/space partitioning standards and practices would be beneficial. 6) Experience with GN&C integrated performance assessment, including the vehicle performance when interacting with other elements. 7) Experience and proficiency with testing environments related to FEU navigation and flight computer hardware, FSW, RTOS, emulated hardware and software, specialized navigation hardware simulators, and high-fidelity dynamics simulations. The Government requests that interested parties respond to the RFI. Any responses shall include the following information, at a minimum: 1) Company name, address and point of contact information 2) CMMI Rating Levels 3) Description of experience with in-flight, human-rated GN&C Systems for human space, military aircraft and/or commercial aircraft 4) Description of experience and proficiency with software development processes and tools similar to those utilized by the CEV prime contractor. Areas of interest include: a. Matlab/Simulink b. C/C++ experience, both with manually-written code and autogenerated code from the Real Time Workshop Embedded Matlab Autocoder c. UML Modeling and proficiency in UML Computer Aided Software Engineering (CASE) tool, such as Rational Rose, Tau, Kennedy-Carter iUML, Rhapsody, etc.) d. Familiarity with automated test case generation and path coverage tools, such as CodeTest, ?Suds, TVEC, LDRA, VectorCast, or similar generation. 5) Description of experience and proficiency with requirements configuration management and traceability tools, such as Requisite Pro, Cradle, Doors, etc.. Also describe breadth and depth of understanding of bi-directional requirements traceability. 6) Description of experience and proficiency with real-time operating systems (RTOS) as it pertains to human-rated GN&C systems, such as Vx Works and Green Hills Integrity. Also describe breadth and depth of knowledge and expertise in DO178B and ARINC 653 time/space partitioning standards and practices. 7) Description of experience with GN&C integrated performance assessment, including the vehicle performance when interacting with other elements 8) Description of experience and proficiency with testing environments related to FEU navigation and flight computer hardware, FSW, RTOS, emulated hardware and software, specialized navigation hardware simulators, and high-fidelity dynamics simulations 9) Description of involvement with projects related to any Constellation programs as a prime contractor or a first-tier subcontractor 10) Whether the organization possesses a General Services Administration (GSA) contract which would be appropriate to this requirement. If so, please state the GSA contract number. 11) Small Business Administration business size classification (Other than small, small, 8(a), etc) 12) Commercial and Government Entity (CAGE) Code The anticipated Period of Performance for this requirement is five (5) years. Responses shall be submitted electronically via email to the Contracts Specialist, David M. Waterson at david.m.waterson@nasa.gov. If any interested source is not able to contact the Contracting Office via email, information may be submitted to the point of contact via facsimile at 281-244-0995, placed to the attention of David Waterson, or by postal mail to the following address: NASA/ Johnson Space Center, Attn: David Waterson/ BH2, 2101 NASA Parkway, Houston, TX 77058-3696 All responses shall be submitted by the close of business May 3, 2007. For information regarding this notice, please contact David Waterson at the email address stated above. Failure to respond to this RFI does not preclude participation in any resulting procurement. The results of the RFI shall not be disseminated. Any response must provide all of the information requested herein. Clearly identify all proprietary or corporate data so that the information may be protected from release to sources outside of the Government.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#124357)
 
Record
SN01276313-W 20070420/070418221728 (fbodaily.com)
 
Source
FedBizOpps 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.