Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 27,1999 PSA#2441

NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH

99 -- INTRAVEHICULAR EQUIPMENT, SYSTEMS, AND TOOLS (IVEST) SOL 9-BH2-49-9-06P DUE 101199 POC Jennifer K. Ariens, Contract Specialist, Phone (281) 483-2643, Fax (281) 483-2013, Email jennifer.k.ariens1@jsc.nasa.gov -- Keith D. Hutto, Contracting Officer, Phone (281) 483-4165, Fax (281) 244-5337, Email keith.d.hutto1@jsc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/JSC/date.html#9-BH2-49-9-06P. E-MAIL: Jennifer K. Ariens, jennifer.k.ariens1@jsc.nasa.gov. NASA/JSC is hereby soliciting information for potential sources for the design, analysis, development, test, evaluation, fabrication, manufacturing, certification, delivery, maintenance, storage and repair of intravehicular equipment, systems and tools. This includes ground development and test units, associated ground support equipment (GSE) and flight units to be supplied to NASA flight programs as Government Furnished Equipment (GFE). No solicitation exists at this time, so 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. It is anticipated that one or more draft RFPs shall be release for comment. The Government anticipates awarding multiple contracts to allow the Government to control cost through competition. The contracts will be indefinite delivery/indefinite quantity, and work will be authorized via delivery orders, which may be fixed price or cost type. Delivery orders will be competed among the group of selected vendors. The contract will cover a five-year period of performance. There are six product areas that will be solicited through one or more procurements: 1. Biomedical Equipment -- Biomedical Equipment consists of medical, mechanical, electrical and electronic hardware elements and software used for crew counter measure activities and environmental health systems in space. Examples of such devices include Rower with Vibration Isolation System, Hand Dynamometer, Metabolic Gas Monitor, Ion Selective Electrode, Fungus Spore Sampler, Microbiology Safety Cabinet, Microscope and Camera, Slide Staining Apparatus, and Incubator 2. Crew Avionics Equipment -- Crew avionics equipment consists of electrical and electronic hardware elements and associated software used for crew accommodations and support, and for conducting non-critical mission operations. Examples of such devices include audio microphones, headsets, and recorders; video tape recorders and camcorders; video displays, video processors, compressors, and distribution amplifiers, wireless personal communications handsets; and personal laptop computers, components, and accessories (including power supplies, battery chargers, battery adapters, interface cables, etc.) 3. Environmental Control and Life Support (ECLS) Equipment -- ECLS equipment consists of mechanical, fluid, electrical and electronic hardware elements and software used for environmental control and life support. Examples of such devices include heat exchangers, pumps, fans, compressors, carbon dioxide removal systems, oxygen generation systems, trace contaminant control systems, and water processing systems. 4. Habitability Outfitting Equipment -- Habitability outfitting equipment consists of mechanical, fluid, electrical and electronic hardware elements and software used to support crew habitability. Examples of such devices include trash compactors, crew quarter accessories, trash stowage containers, task lights, food warmers, refrigerators, freezers and drinking water coolers. 5. Intravehicular Activity (IVA) Crew Equipment -- IVA tools required by crew members for the performance of maintenance tasks which may be either mechanical or electro-mechanical in nature. Electrically operated tools may interface directly with vehicle power or they may require battery operated designs. The determination will be made on a case by case basis. Various IVA equipment will be required in support of crew activities such as housekeeping, maintenance, crew restraint, stowage, crew comfort, crew privacy, ventilation, lighting, communication, acoustic isolation, and crewmember recreation. These items may be subassemblies of higher order products. 6. Robotic Equipment -- The robotics and associated systems and equipment may consist of such tasks as the conceptual studies, design, development, test, evaluation, and production of IVA robotic tools, hardware, equipment andassociated systems or equipment. Other tasks may also include studies, upgrades and/or modifications. In addition, build to print of existing IVA robotic tools, hardware, and equipment may be required. The types of robotics and associated systems and equipment that may be produced under this contract are small robotic components; robotic systems; robotic tools; electronic system elements; control stations, hand-controllers, IVA cameras and brackets, and combined hardware or software automated systems for flight use or operational assessment. The products and services provided in the Statement of Work (SOW) shall support the Space Shuttle Program, the International Space Station (ISS) Program, and advanced human space flight programs such as Lunar Return and Mars Programs. The contractor shall work from individual Delivery Orders (DO) which include detailed task descriptions for all work and deliverables required to satisfactorily completing each order. This statement of work covers many different types of product deliverables, each requiring different levels of verification and certification: 7 Flight hardware and software 7 Development hardware and software 7 Ground support equipment for flight items 7 Ground support equipment for development items 7 Design and analysis data 7 Test, verification, and certification data 7 Safety data packages The contractor shall, in response to the DO, furnish personnel, equipment, materials, resources, and facilities necessary to perform all work. There are several general task types that shall be performed as a part of this SOW, with detailed task descriptions specified in the DO: 7 Perform the design, development, test, evaluation, verification and certification of flight equipment and associated ground support equipment. 7 Perform the design, development, test, evaluation, and verification of engineering development and test equipment and associated ground support equipment. 7 Perform the upgrade or modification, test, evaluation, verification and certification of existing or off-the-shelf equipment for flight applications. 7 Perform the upgrade or modification, test, evaluation, and verification of existing or off-the-shelf equipment for engineering development and test applications. 7 Perform "Build-to-Print", verification and certification of equipment existing in the Engineering Directorate's inventory for flight applications. 7 Perform "Build-to-Print and verification of equipment existing in the Engineering Directorate's inventory for engineering development and test applications. 7 Develop design concepts and approaches, and perform preliminary analysis of equipment and tools for flight applications. 7 Support fabrication activities performed at Government facilities. 7 Support testing activities performed at Government facilities. 7 Support integration activities performed at Government facilities. 7 Perform failure analysis and repair of defective equipment returned to the contractor. It is anticipated that the emphasis of the work performed will be in the areas of flight equipment production and certification and modification and qualification of off-the-shelf equipment as flight equipment. Instructions Vendors that have the capability to perform tasks in one or more of the six product areas are invited to submit appropriate documentation, literature, brochures and references to highlight past experience, historical performance and vendor capabilities. Submittals must include the following: name and address of firm; a point of contact including address and phone number; a specific statement regarding which product areas would potentially be proposed against (one, some or all product areas are acceptable); size of business; whether the vendor is a large, small, small disadvantaged 8(a), or woman owned; potential role in performing the SOW: prime contractor, subcontractor, potential teaming partner, etc.;relevant work performed and commercial applications. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government norwill the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. 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 Ms. Jennifer Ariens no later than COB October 11, 1999. In responding, reference 9-BH2-49-9-06P. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html If there are any questions, the contract specialist may be contacted via E-mail at jennifer.k.ariens1@jsc.nasa.gov or the contracting officer at keith.d.hutto1@jsc.nasa.gov. Points of Contact: Name: Jennifer Ariens Title: Contract Specialist Phone: (281) 483-2643 Fax: (281) 483-2013 E-mail: jennifer.k.ariens1@jsc.nasa.gov Name: Keith Hutto Title: Contracting Officer Phone: (281) 483-4165 E-mail: keith.d.hutto1@jsc.nasa.gov Posted 09/23/99 (D-SN383961). (0266)

Loren Data Corp. http://www.ld.com (SYN# 0343 19990927\99-0006.SOL)


99 - Miscellaneous Index Page