Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 11, 2001 PSA #2827
SOLICITATIONS

A -- GLAST BURST MONITOR DATA PROCESSING UNIT

Notice Date
April 9, 2001
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
ZIP Code
35812
Solicitation Number
8-1-1-S2-D3593
Response Due
June 9, 2001
Point of Contact
Isaac W. Jones Jr., Contracting Officer, Phone (256) 544-5705, Fax (256) 544-5439, Email isaac.jones@msfc.nasa.gov -- Warren G. Jones Jr., Contracting Officer, Phone (256) 544-0389, Fax (256) 544-9354, Email warren.jones@msfc.nasa.gov
E-Mail Address
Isaac W. Jones Jr. (isaac.jones@msfc.nasa.gov)
Description
NASA/MSFC plans to issue a Request for Proposal (RFP) for: Description: -- -- -- -- -- -- GLAST BURST MONITOR DATA PROCESSING UNIT Scope: This document summarizes the Data Processing Unit (DPU) for the Gamma-Ray Large Area Space Telescope (GLAST) Burst Monitor (GBM) instrument. The Gamma Ray Large Area Space Telescope (GLAST) mission is a follow-on to the EGRET (Energetic Gamma Ray Experiment Telescope) instrument on the Compton Gamma Ray Observatory. The GLAST spacecraft will operate in a Low Earth Orbit and will contain two scientific instruments. The Large Area Telescope (LAT) will observe persistent and transient gamma-ray sources in the approximate energy range of 20 MeV to 300 GeV, while the GLAST Burst Monitor (GBM) will observe transient phenomena in the approximate energy range of 10 keV to 25 MeV. The primary scientific goals of the GBM are to support the LAT in observing gamma-ray bursts by providing low-energy context measurements and rapid burst locations. The GBM will employ 14 uncollimated scintillation detectors to measure gamma-ray energies and arrival times. Two different detector types will be used to obtain spectral information over a wide energy range: 12 sodium iodide (NaI) detectors will measure in the approximate energy range of 10 keV to 1 MeV, and 2 bismuth germanate (BGO) detectors will measure from approximately 150 keV to 25 MeV. The detectors will be distributed around the GLAST spacecraft, with different orientations, so as to provide unobstructed viewing of the sky over a large (>8 steradian) field of view. The GBM investigator team consists of collaborators from NASA's Marshall Space Flight Center (PI), the University of Alabama in Huntsville, and the Max Planck Institute for Extraterrestrial Physics in Germany. System Definition: The GBM instrument hardware consists of a high voltage power supply (HVPS), a low voltage power supply (LVPS), 14 gamma-ray detectors (each including a crystal scintillator and either one or two photomultiplier tubes [PMTs] with pre-amplifiers), several temperature, current and voltage sensors for housekeeping, and the DPU. The DPU, when functioning with flight software, will operate in conjunction with all GBM sensors to provide a centralized system for control, checkout, and monitoring of the GBM instrument, and to acquire, process, and package all GBM sensor data, and transfer them to the GLAST spacecraft for telemetry to the ground. Key specifications for the DPU are provided below for information to potential vendors. Detailed specifications will be provided with the full solicitation package. Key Functional Specifications: Interfaces: -- -- -- -- -- - Low voltage power input Detectors: 16 input PMT/pre-amplifier differential signals (14 NaI detectors with one PMT/pre-amp per detector and 2 BGO detectors with two PMT/pre-amp per detector) Detector Count rates: 100,000 counts per second per detector, maximum Pulse height dynamic range: 200:1 Housekeeping sensor inputs (temperature, voltage, current) Detector power supply control interface Spacecraft command, telemetry, and data bus interface Spacecraft science data bus interface Throughput: 12 Mbps, maximum Mechanical & thermal interfaces Analog processing (detector data): -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- Differential signal receivers: pulse shaping, amplification, peak detection Pulse height discrimination: adjustable levels for each detector via software control Digitization: 12 bit Linearity: < 1% differential error Deadtime: < 50% at peak counting rate for each detector Digital processing: -- -- -- -- -- -- -- -- -- - Command & control: reprogrammable software via telemetry uploads Acquisition, formatting and transfer of science and housekeeping data Automatic monitoring and control of detector gain/high-voltage via PI-provided software Execution of PI-provided flight science software CPU: approximately 10-20 MHz Program memory: 1 Mbyte Data memory: 1 Mbyte Reliability & fault protection: -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- - System design lifetime: 5 years System reliability: Single fault tolerant, all parts rated no lower than Grade 2 Tolerant to single event upsets Physical Constraints: -- -- -- -- -- -- -- -- -- -- - Mass: < 4 kg Power: < 20 Watts, peak Launch environment: Delta-II Orbital environment: 550 km, 28.5 deg inclination Temperature: -20 to +50 deg C operational, -30 to +70 deg C storage Key Deliverable items and schedule: -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- - Target contract start date: 01-AUG-2001 Prototype version of Detector Analog Signal Electronics [01-JUN-2002] Engineering version of Detector Analog Signal Electronics with flight-like components [31-DEC-2002] Engineering version of complete DPU [31-DEC-2002] Two flight-qualified protoflight DPUs [31-DEC-2003] Low-level flight software that provides access to hardware functions and control of data acquisition [with delivery of protoflight hardware] -eof- Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit, in writing, a request for the solicitation package. Technical questions should be directed to: Steve Elrod/ (256) 961-7558. Procurement related questions should be directed to: Isaac W. Jones Jr./ (256) 544-5705. The requirement is not considered to be a commercial or commercial-type product. 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 Isaac W. Jones Jr. no later than May 9, 2001. In responding reference RFP 8-1-1-S2-D3593. The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. The NAICS Code and Size Standard are 541710 and 1,000 employees, respectively. The DPAS Rating for this procurement is D0-C9 The provisions and clauses in the RFP and model contract are those in effect through FAC 97-24. All qualified responsible sources may submit an offer which shall be considered by the agency. The anticipated release date of the RFP is on or about May 10, 2001 with an anticipated offer due date of on or about June 10, 2001. An ombudsman has been appointed -- See NASA Specific Note "B". The solicitation and any documents related to this procurement will beavailable over the Internet. These documents will be in Microsoft Office 97 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/MSFC Business Opportunities home page is http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=62 Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the Internet site 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=62#8-1-1-S2-D3593)
Record
Loren Data Corp. 20010411/ASOL002.HTM (D-099 SN50I708)

A - Research and Development Index  |  Issue Index |
Created on April 9, 2001 by Loren Data Corp. -- info@ld.com