Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 19,1998 PSA#2162

NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

A -- RESEARCH AND DEVELOPMENT OF CONCEPTUAL ANALYSES, PROTOTYPE/PROTOFLIGHT COMPONENT AND SUBSYSTEM AND FLIGHT VALIDATION AND TEST OF COMPONENTS, INSTRUMENTS, OR SYSTEMS SOL SS294 DUE 083198 POC Linda P. Fitzgerald, Procurement Analyst, Phone (757)-864-2461, Fax (757) 864-7898, Email L.P.FITZGERALD@larc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/LaRC/date.html#SS294. E-MAIL: Linda P. Fitzgerald, L.P.FITZGERALD@larc.nasa.gov. NASA/LaRC is hereby soliciting information for potential sources for conceptual analyses, protype/protoflight component and subsystem research and development, and flight validation and test of components, instruments or systems. The effort requires the analysis and development of instrument and space flight system technologies to support NASA's space flight and science missions. Government facilities and ground support equipment can be use on a full-cost accounting basis. In the event of an RFP, the resulting contract(s)is expected to be an indefinite delivery/indefinite quantity-type contract which will include the following three work elements that will allow NASA to obtain products ranging >from analysis of basic principals, technical and mission requirements through the development of technology demonstration hardware. 1. Element one consist of the conceptual analysis of proposed missions, technologies and technology insertion criteria that would enable a mission through the use of a new or improved flight system/component or instrument. Expertise in the development of mission requirements, operations, instrument/system requirements, modeling and simulations, conceptual design and analysis including mechanical, thermal, and electrical interface definition will be required. In addition, cost and schedule estimates for the design, development, integration, operations or test, and data analysis of the flight system, instrument or technology along with the needed ground support equipment will be required. 2. Work element two consist of rapid prototyping/breadboarding and/or analysis of flight systems, technology demonstrators or instruments that will provide sufficient data for an intelligent decision to proceed to flight hardware. This includes the design, development, integration, testing, operations and validation of components, systems, and instrument technologies to reduce the technical and programmatic risks for development of flight and science missions. Component, subsystem and instrument prototype performance must be validated in an appropriate environment that may include laboratory, field, aircraft, balloon, and/or space testing and evaluation. 3. Element three includes the actual component, instrument, or system development and flight test that demonstrates that a technology is ready for mission use. This element requires the design, development, integration, testing (performance and environmental), calibration, and operation of flight components, subsystems or systems. The development of the plans, procedures and testing for the integration of the component or subsystem into the flight or instrument system, and on-orbit operation, testing and calibration will be required. In addition, the design, development and fabrication of all ground support equipment are included. The technology studies and developments will cover a wide range of disciplines. Each contractor or contractor team must demonstrate an expertise in the following technology product lines as well as the capability to provide excellent products for the three technology study and development work elements. If the contractor or contractor team does not have the required expertise they must present a detailed approach to obtaining the required expertise. The primary technology product lines of interest are described in the following; however, work in other technology product lines may be requested. 1. Breakthrough Materials, including high-temperature composites for efficient thermal management, thermally-stable composites for optics and instrument structures, and piezoelectric materials for high-displacement actuators. 2. Lightweight and Multifunctional Structures, including multifunctional structures to reduce spacecraft size and mass; low-cost composite spacecraft structures and components, radiation shielding to protect humans and microelectronics. 3. Deployable and Inflatable Structures, including precision deployable structures for telescopes and antennas and space-durable polymer materials for inflatable structures. 4. Structural Dynamics and Geometry Control, including piezoelectric actuators for optical positioning, instrument scanning, and shape control of telescope mirrors, and control systems for adaptive reflectors. 5. Next Generation Design and Analysis Tools, including intelligent design and analysis tools to enable rapid assembly of spacecraft models, tools to allow collaboration in a virtual environment, high-fidelity tools for model-based performance and dependability verification of spacecraft and instrument components, subsystems, and systems. 6. Advanced Instruments, including technology for remote and in situ sensing of the Earth and other planets, advanced lidar, passive electro-optic and microwave sensors and instruments, and sensorcraft. 7. Avionics, including ultra-low power, radiation tolerant analog and digital components and subsystems, advanced spacecraft and instrument controllers, sensorcraft attitude control, and health monitoring subsystems. 8. Onboard Data Processing, including technologies for autonomous high rate data acquisition, processing, and cross/downlink that support high-level commanding, low-cost operations and increased timeliness of science and commercial data products. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in the CBD and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these cites for the release of any solicitation or synopsis. Firms having the required specialized capabilities to meet the above requirements should submit a capability statement of 10 pages or less indicating their ability to perform the effort as described above. Responses must include the following: (1) name and address of firm, (2) size of business: average annual revenue for past 3 years and number of employees, (3) ownership: Large, Small, Small Disadvantaged, 8(a), and/or Woman-Owned, (d) number of years in business, (5) two points of contact: name, title, phone, fax, and e-mail, (6) DUNS Number (if available), (7) affiliated information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors ( if potential prime), (8) a list of customers covering the past 5 years: highlight relevant work including a summary of work performed, contract number, contract type, dollar value for each customer reference and customer point of contact with phone number, and interested parties should provide their company status relative to ISO 9000 compliance and/or third party registration. Technical questions should be directed to Steve Jurczyk at (757) 864-1865 or Don Avery at (757) 864-1947 Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in Internet "Note A". [INTERNET ONLY (commercial product definition)] 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. Responses should be submitted to NASA Langley Research Center, Industry Assistance Office, Attn: Linda P. Fitzgerald, Mail Stop 144, Hampton, VA 23681-0001, or by e-mail to l.p.fitzgerald@larc.nasa.gov. In responding reference SS294. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm. Posted 08/17/98 (D-SN237843). (0229)

Loren Data Corp. http://www.ld.com (SYN# 0006 19980819\A-0006.SOL)


A - Research and Development Index Page