Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 18, 2015 FBO #5108
SOURCES SOUGHT

66 -- RFI - MODULAR DATA ACQUISITION SYSTEM

Notice Date
11/16/2015
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-0001
 
ZIP Code
94035-0001
 
Solicitation Number
NNA16DATAACQSYSL-ALM
 
Response Due
12/14/2015
 
Archive Date
11/16/2016
 
Point of Contact
Michael M. Lehner, Contract Specialist, Phone 650-604-1192, Fax 650-604-3020, Email Michael.M.Lehner@nasa.gov - Marianne Shelley, Contracting Officer, Phone 650-604-4179, Fax 650-604-3020, Email marianne.shelley@nasa.gov
 
E-Mail Address
Michael M. Lehner
(Michael.M.Lehner@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/ARC is hereby soliciting information about potential sources for a modular data acquisition system (DAS) to support Engineering Science Investigations (ESI) during entry, descent, and landing (EDL) for competed missions in the Planetary Science Division in the Science Mission Directorate (SMD), including Discovery and New Frontiers class missions. NASA is seeking information regarding a low cost, low mass, and low volume DAS that can be incorporated into missions with different planetary destinations and spacecraft configurations. It is anticipated that the ESI will measure temperatures on the protective heatshield and/or backshell during entry, similar to what was done for the Mars Entry Descent and Landing Instrumentation (MEDLI) experiment on the Mars Science Laboratory mission. Additional measurements, such as recession, pressure, and heat flux (radiative and total) are anticipated. These measurements will help improve NASAs knowledge of EDL performance and reduce uncertainties in aerothermal heating and thermal protection system (TPS) sizing. The DAS will be required to provide on-board signal conditioning and analog-to-digital conversion. The DAS will be required to compile and process the data, with options to transmit the data via serial communication or provide embedded data storage. In addition to being low cost and low mass, the DAS must be rugged and provide high rate, high accuracy output with low input power requirements. The DAS has specific requirements for survivability for static acceleration, shock, vibration, and thermal vacuum spanning a wide temperature range. These requirements are listed in Section 3 of Attachment 1. The DAS unit will undergo tests to confirm acceptable performance after exposure to the defined environments. In addition, the DAS will be used to process data during arc jet testing from sensors embedded in TPS coupons. Additional DAS specification requirements are contained in Attachment 1, Nominal Specifications for the ESI DAS. NASA encourages each respondent to thoroughly review Attachment 1 prior to responding to the RFI. The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for a modular data acquisition system. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. 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 offerors responsibility to monitor these sites for the release of any solicitation or synopsis. Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, brochures, references, contact information, and DUNS number. Please limit responses to 10 pages or less, not including diagrams, pictures, or figures. Existing documents that describe suitable existing products or proposed products are acceptable as attachments, limited to 25 pages, to your response. The following information is requested: 1. General Description 1.a. Describe the capability of the DAS as to the requirements and guidelines in Attachment 1; specifically noting any areas of noncompliance and recommendations to mitigate or correct the noncompliance; including changes to the requirements themselves. 2. Flight or Technology Heritage/Qualification 2.a. Describe the companys relevant experience with manufacturing DAS; especially experience with space flight qualified hardware with regard to planetary entry missions. 2.b. Describe the extent to which existing proven commercial technology can be leveraged to minimize technical and schedule risk while meeting listed requirements. 2.c. Describe any new technologies to be employed on this effort, and any modifications to existing technology necessary to meet the requirements. Describe risks associated with incorporating the new or modified technology and how the risks can be minimized. 3. Test and Inspection Program 3.a. Provide test program(s) or other documentation to demonstrate that the DAS will meet the requirements and specifications provided in Attachment 1. 3.b. For completed field testing, describe in some detail the conditions of the test, the test objectives, limitations, and results. 3.c. Provide a relevant example of existing manufacturing, inspection and test, and acceptance plans to control this type of work, and list any current International Standards Organization (ISO) certifications or equivalent. 3.d. Describe whether the DAS is qualified for flight and if so, describe the qualification program including environments used (e.g., against a MIL spec. or other). 3.e. Describe how the accuracy of the DAS is demonstrated, including any testing required to achieve the characterization and examples of how this was performed on past projects. 3.f. Describe implementation on previous missions, if any. 4. Costs 4.a. Provide a Rough Order of Magnitude (ROM) cost for the DAS that meets the items requirements and guidelines listed in Attachment 1. 4.b. If the DAS has undergone a flight qualification for a similar application (or has the capability to undergo one as it is currently designed), please provide ROM costs to deliver flight devices. 4.c. If the DAS is a commercially available, please provide an Off-the-Shelf procurement estimate for your device. 4.d. If new technologies or modifications are required to meet specifications, provide a ROM cost for the associated development plan. 5. Delivery 5.a. Provide an estimated delivery timeframe. 5.b. Address major risks to meeting the delivery and risk mitigation plan. 6. 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. All responses shall be submitted to Mike Lehner via email at michael.m.lehner@nasa.gov no later than December 14, 2015. Please reference NNA16DATAACQSYSL-ALM in any response. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA16DATAACQSYSL-ALM/listing.html)
 
Record
SN03946866-W 20151118/151116234543-bd3edf07acbfa14265c76d860526b14b (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.