SOURCES SOUGHT
A -- ENGINEERING SUPPORT
- Notice Date
- 3/12/2002
- Notice Type
- Sources Sought
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- 3-005640
- Response Due
- 4/30/2002
- Point of Contact
- Glen M. Williams, Contracting Officer, Phone (216) 433-2885, Fax (216) 433-2480, Email Glen.M.Williams@grc.nasa.gov
- E-Mail Address
-
Email your questions to Glen M. Williams
(Glen.M.Williams@grc.nasa.gov)
- Description
- Do NOT contact the procurement point contact for this notice. Instead, contact Gerald J. Chomos, (216) 433-3485, Mail Stop 54-8, Gerald.j.chomos@grc.nasa.gov or Robert J. Kerczewski (216) 433-3434, Mail Stop 54-2, Robert.j.kerczewski@grc.nasa.gov to discuss in more detail the expertise needed to perfom the requirements. When sending mailed items include Mail Stop after the recipients name. NASA/GRC is hereby soliciting information for potential sources for supporting the Aviation Systems Capacity, Aviation Safety and Small Aircraft Transportation System Projects in the following areas: 1. Software development to support CNS ( Communications, Navigation and Surveillance) research, testing, experiments and applications by a) developing software to simulate a SARPs compliant, CPDLC Build 1 message set, operating in an ATN protocol environment for use in aeronautical communications experiments and demonstrations and b)developing software to emulate flight path and communication message requirements for 160 aircraft as an input to VHF Mode 2 communications loading analyses. 2. Study and analysis of CNS systems and architectures by analyzing communication technology gaps based on current U.S. research programs and analysis of future aeronautical communications requirements 3. Simulation and modeling of aeronautical CNS systems, subsystems and networks by developing OPNET compliant models of ADS-B datalinks including relevant parameters such as: latency, link performance and application performance 4. Systems engineering for testbeds and experiments by designing a test bed for a VDL Mode 2 system. This includes requirements, system design, hardware and software designs 5. Industry support at RTCA and other organizations and conferences by attending and participate in RTCA working groups in presenting NASA / Industry positions, preparing working papers and other documentation to support these positions, provide reports of meeting minutes and committee reports and procedures Disciplines Required Systems Engineering Computer Science Project Management Software Project Management Simulation and Modeling Communication System Analysis Expertise in aeronautical Communications, Navigation and Surveillance systems A task order type contract with multiple (5-10) awards is anticipated. Awards are expected to be fixed price, up to $1M per year, and may be for more than one year, up to a maximum of five years. Three to five sources are expected to be used. Sources will be selected on the following bases: 1. Experience in the task area 2. Background in the aeronautical CNS area 3. Familiarity with Government reporting procedures 4. Cost 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 cites for the release of any solicitation or synopsis. Vendors having the capabilities necessary to meet or exceed the stated requirements are invited discuss the requirements with the above named individuals and to submit appropriate documentation, literature, brochures, and references. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). Technical questions should be directed to the above named individuals. Do NOT CALL the Procurement point of contact listed below. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in Internet "Note A". 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. All responses shall be submitted no later than April 30, 2002. In responding reference 3-005640. 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=22#100566)
- Record
- SN00041600-W 20020314/020313100049 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |