SOLICITATION NOTICE
J -- Model Based Engineering Environment and Product Lifecycle Management Tool
- Notice Date
- 12/16/2020 10:15:58 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- NASA MARSHALL SPACE FLIGHT CENTER HUNTSVILLE AL 35812 USA
- ZIP Code
- 35812
- Solicitation Number
- 80MSFC20Q41979
- Response Due
- 1/4/2021 2:00:00 PM
- Archive Date
- 02/28/2021
- Point of Contact
- Lizette Kummer, Phone: 2565443457, Kathy Cooper, Phone: 2569610159
- E-Mail Address
-
lizette.m.kummer@nasa.gov, kathy.cooper@nasa.gov
(lizette.m.kummer@nasa.gov, kathy.cooper@nasa.gov)
- Description
- This Amendment 01 extends the receipt date for proposals from December 16, 2020 to January 4, 2021; adds the following italicised text to this combined synopsis/solicitation; attaches�a revised RFQ extending the receipt date for proposals to January 4, 2021,�and�including the following clarrifying text to Instructions to Offerors: ""Technical acceptability will be determined by review of information submitted by the offeror which must provide capabilities to provide the services that meets the Government's requirements attached to this posting"". This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a separate�solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) 80MSFC20Q41979 for the purchase of one (1)Product Life Cycle Management and associated tools for Model Based Environment for the MarshallSpace Flight Center. The provisions and clauses in the RFQ are those in effect through FAC 2005-100. This procurement is ""Full and Open Competition"".� All responsible sources may submit an offer which shall be considered by the agency. However, any award from this RFQ will require the potential vendor to be certified within the Online System for Award Management (SAM) and Online Representations and Certifications Application Databases prior to award. Any product delivery to MSFC, Central Receiving, Building 4631, Saturn Rd, MSFC, AL 35812 shall be specified as FOB Destination. Offers for the Product Life Cycle Management for MBE is due by 4:00 PM CST January 4, 2021 to Wyatt Farrior, SSC, at charles.w.farrior@nasa.gov, and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offeror will include the completed Standard Form 1449, Solicitation/Contract/Order for Commercial Items form to include prices by CLIN. The following clauses and provisions are incorporated; full text of the clauses and provisions may be accessed electronically at: FAR - https://www.acquisition.gov/browse/index/far NFS - https://www.hq.nasa.gov/office/procurement/regs/NFS.pdf Offerors shall provide the information required by FAR 52.212-1 (Oct 2018), Instructions to Offerors-Commercial Items. The Government will award a contract from this solicitation to the responsible offeror whose offer conforming to the solicitation, is the lowest priced, technically acceptable offer. All Offerors shall include completed copies of the provision at 52.212-3 (Aug 2018), Offeror Representations and Certifications - Commercial Items with their offer, or complete electronic annual representations and certifications at SAM.gov with its offer. FAR 52.212-4 (Oct 2018), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (Jan 2020), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable MSFC 52.211-94 PERIOD OF PERFORMANCE (MAY 2017), The period of performance for this contract is 1 year from date of award with 6 months allotted for installation and configuration see RFQ attached. Offerors must provide a published catalog price listing showing prices of proposed products or a previous purchase order put into place within the past year for the same PLM being offered for consideration traceable to each of the CLIN prices proposed. Technical acceptability will be determined by review of information submitted by the offeror which must provide capabilities to provide the services that meets the Government's requirements attached to this posting. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html . This posting, is available on www.beta.sam.gov. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation, attachments, and amendments (if any). Prospective offerors are encouraged to notify this office of their intent to submit an offer.� Any technical questions will be answered by posting on beta.sam.gov. The Government is not responsible for any failure attributable to the transmission or receipt of documents submitted using electronic means, including the missing of any established deadlines. Failure to submit a complete electronic offer by the due date and time specified for this RFQ shall result in the proposal being considered late and shall be handled in accordance with FAR 52.212-1 Instructions to Offerors - Commercial Items (OCT 2018). NASA has identified Model Based Engineering (MBE) as a key Digital Transformation capability to improve quality of designs, reduce risks, improve schedules, and reduce costs. Consistent with these Agency objectives, the MSFC Engineering Organization requires the capability for a Model Based Engineering (MBE) environment for design, analysis, simulation, and manufacturing. A complement of tightly coupled products and services is required to achieve the desired model associativity and efficiencies provided by an integrated design suite of tools. MSFC MBE Environment Requirements: 1.The MBE environment shall be designed specifically to manage models in the existing andproposed Engineering application suite with limited custom or third-party integrations 2.The common modeling environment (CME) will be compromised of an integrated set of existingand future repositories, including a Product Lifecycle Management (PLM) tool to manage theinteroperable tool set 3.The CME shall provide high-end PLM functions:a.Manages complex product information throughout lifecycle b.Provides access to all consumers to the single authoritative model; single source of truth c.Provides configuration and change management d.Provides engineering and manufacturing workflows e.Enables collaboration on data, specifically models 4.Any proposed PLM should be capable of managing the data from existing and proposedEngineering application suite without custom or third-party integrations. The PLM should beable to manage the latest versions of the Engineering application suite as they are released. 5.Any new PLM shall be capable of integrating with our current PLM, ICE Windchill, either directlyor via third-party tool. 6.The core tool set shall maximize interoperability/associativity between tools. Specifically, theMechanical Computer-Aided Design (MCAD), Electrical CAD (ECAD), stress & thermal analysis,Computer-Aided Manufacturing (CAM), Additive Manufacturing (AM), and OperationsSimulation models shall all reside in the CME/PLM allowing changes to update automaticallyacross all of those models for a specific design. 7.Initially, the core set shall include a primary CAD, structural & thermal analysis, ECAD, CAM,Additive Manufacturing, and an Operations/Manufacturing simulation tool. In later phases, thetool set should be able to scale to include all other disciplines like systems, fluid dynamics, etc. 8.NASA/MSFC Core tools that we are currently using and are not open to changing: MentorGraphics ECAD, NX NASTRAN, Femap, Process Simulate Human, and Fibersim. CAD, structural &thermal analysis, CAM, AM, and Operations tools shall be chosen to work with the latestsoftware versions of these tools per the interoperability requirements, without need for customor third-party integrations. 9.Each individual core tool shall have the following characteristics:a.High-end/High-performance. Able to handle our complex space applications andenvironments b.Accurate/trustworthy results c.User interface that is evaluated as efficient and intuitive d.Accepted by the user community 10.Additional CAD tool requirements:a.Support high-end Model Based Design (MBD) Product Manufacturing Information (PMI)capability, including export to 3D Portable Document Format (PDF) ? Product Life-cycle Managment (PLM) Performance Work Statement b. Support integrated AM and topology optimization tools c. Export CAD design data into multiple formats including the latest common neutral formats: STandard for the Exchange of Product (STEP), Initial Graphics Exchange Specification (IGES), and Jupiter Tessellation (JT) 11. Additional thermal analysis requirements: a. The tool shall provide a high-end space thermal capability, including capability to generate on-orbit environments (view factors to space/vehicle). The ability to calculate solar, albedo, nor IR fluxes when in an orbital space environment and provide planetary surface environments. b. Ability to import Printed Circuit Board design data directly from Mentor Graphics into the analysis tool c. Can provide 1-d fluid system modeling for simplified fluid modeling. This is integral to most of the tools MSFC uses to model Environmental Control and Life Support Systems and active (pumped) fluid models. The tool shall simulate a pumped fluid loop and the heat transfer to/from thermal hardware. The tool shall also provide a means of determination of pressure drop and mass flow essential to size pumps, valves, etc. d. Can update model by opening and editing in Excel directly e. Can use simple conditional logic in fields (no FORTRAN input files or codes needed) f. Can map individual FEM models to parts at the assembly FEM level. g. Can map to multiple identical parts at once with no need to reposition due to being linked to the CAD h. Position changes in general are maintained at the design level and Finite Element Model (FEM) are repositioned automatically; benign to moderate changes in geometry can be updated from the CAD effortlessly and maintain thermal couplings with an automatically updated mesh i. Has an effective command finder tool j. Can show multiple views of varying results with the option of synchronizing viewports k. Open to adding and modifying features based on feedback (e.g. can add optical property library) 12. Additional structural analysis requirements: a. Trusted core solver b. Allow design analysis solver flexibility options embedded in the pre/post processing tool for use by preference in the various engineering departments at MSFC: NASTRAN, ANSYS, or Abaqus 13. Additional CAM requirements: a. The CAM model shall be associative and created directly from the CAD model b. The Computer Numerical Control (CNC) toolpath shall be created directly from the CAM model c. The CNC programming language, G-Code, file shall be generated directly from the CAM toolpath using an output post processor 14. Additional Additive Manufacturing (AM) requirements: a. The AM tool shall provide capability for additive design, advanced lattice design, topology optimization, and additive simulation b. The AM tool shall have direct integration features, including toolpath generation, for our existing manufacturing machines, including our specific ConceptLaserRP and EOSPrint machines c. The AM tool shall have a direct integration with Materialise Magics AM solid object manipulation software; allows for use of existing Magics models d. Specific features required are effective overhang, volume analysis, and channel diameter analysis tools 15. Additional Operations/Manufacturing Simulation requirements Assembly Process Import (translate) CAD geometry from multiple sources Load lots of data in to a simulation session Move geometry from place to place Change colors and translucency of CAD data Create Section cuts Create measurements Run collision analysis Create swept volume Have the software determine best path to avoid collision Add pauses Run activities (assembly moves, camera, etc...) in parallel Create callouts and attach to parts Create camera activities with different views Have camera follow a part Ability to Hide/Show geometry with activity Show/Hide parts Robotics Standard robot library with inverse kinematics Attach a tool to end of robot with new tool point Ability to pick and place parts Create custom robot and define inverse kinematics Offline programming of Robots. Human Basic human simulations. (walking, picking up, placing down parts) Camera view from human eyes Be able to reposition humans easily
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a75f8abfa16c4a10bd60047c9be56c25/view)
- Place of Performance
- Address: Huntsville, AL 35812, USA
- Zip Code: 35812
- Country: USA
- Record
- SN05875315-F 20201218/201216230146 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |