SOURCES SOUGHT
A -- COMMAND AND DATA HANDLING SINGLE BOARD COMPUTER
- Notice Date
- 6/20/2003
- Notice Type
- Sources Sought
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210.S, Greenbelt, MD 20771
- ZIP Code
- 20771
- Solicitation Number
- SDO-04562-GFH
- Response Due
- 7/7/2003
- Archive Date
- 6/20/2004
- Point of Contact
- Kathleen M Tennant, Contract Specialist, Phone (301) 286-9378, Fax (301) 286-1779, Email Kathleen.M.Tennant@nasa.gov
- E-Mail Address
-
Email your questions to Kathleen M Tennant
(Kathleen.M.Tennant@nasa.gov)
- Description
- NASA/GSFC is hereby soliciting information about potential sources for a Single Board Computer (SBC) in support of the Solar Dynamics Observatory (SDO) program, with an option to support the Global Precipitation Monitor (GPM) program. Deliverable hardware will comprise three categories defined as Breadboard Units (BBU), Engineering Test Units (ETU), and Flight Units (FU) with the following quantities and delivery dates: BASIC EFFORT: BBU - Qty = 3 ea, Delivery Due 8 wks after contract award ETU - Qty = 1 ea, Delivery Due 26 wks after contract award FU - Qty = 3 ea, Delivery Due 52 wks after contract award OPTIONAL EFFORT: BBU - Qty = 4 ea, Delivery Due 8 wks after option exercise ETU - Qty = 2 ea, Delivery Due 26 wks after option exercise FU - Qty = 4 ea, Delivery Due 52 wks after option exercise Differences between each of the deliverables and their test requirements are outlined as follows: SBC Card Definition and Test Differences: BREADBOARD UNIT (BBU): Electrical Parts Screening: Not required; Flight Unit Functional Compatibility: Similar; Flight Unit electrical interface compatibility: similar; Flight Unit Mechanical compatibility: Similar form factor; Accommodate In-circuit Emulator PROMs: YES; Accommodate Logic Analyzer Test Pods: YES; Worst-case analysis: N/A ; Thermal Analysis: N/A; Mechanical Analysis: N/A; Connector savers for external connectors: N/A; Materials Control: N/A; Contamination Control: N/A; Conformal Coating: N/A; Coupon analysis: N/A; Visual Inspections : YES; Weight Measurements: N/A; Power Consumption Characterization: N/A: Common-mode noise measurements: N/A; Performance Tests at room temp: YES; Performance Tests at hi/lo temp and hi/lo operating voltages: N/A; Random Vibration Tests: N/A; Thermal Vacuum Tests: N/A; 100 Hr Failure-free operation: N/A. ENGINEERING TEST UNIT (ETU): Electrical Parts Screening: Not required; Flight Unit Functional Compatibility: 100%; Flight Unit electrical interface compatibility: 100%; Flight Unit Mechanical compatibility: 100%; Accommodate In-circuit Emulator PROMs : N/A; Accommodate Logic Analyzer Test Pods: YES; Worst-case analysis: YES; Thermal Analysis: YES; Mechanical Analysis: N/A; Connector savers for external connectors: YES; Materials Control: YES; Contamination Control: YES; Conformal Coating: N/A; Coupon analysis: YES; Visual Inspections : YES; Weight Measurements: YES; Power Consumption Characterization: YES: Common-mode noise measurements: YES; Performance Tests at room temp: YES; Performance Tests at hi/lo temp and hi/lo operating voltages: N/A; Random Vibration Tests: N/A; Thermal Vacuum Tests: N/A; 100 Hr Failure-free operation: N/A. FLIGHT UNIT (FU): Electrical Parts Screening: CLASS 2 MINIMUM w/100% PIND, and SAMPLE DPA; Flight Unit Functional Compatibility: 100%; Flight Unit electrical interface compatibility: 100%; Flight Unit Mechanical compatibility: 100%; Accommodate In-circuit Emulator PROMs : N/A; Accommodate Logic Analyzer Test Pods: N/A; Worst-case analysis: YES; Thermal Analysis: YES; Mechanical Analysis: YES; Connector savers for external connectors: YES; Materials Control: YES; Contamination Control: YES; Conformal Coating: YES; Coupon analysis: YES; Visual Inspections: YES; Weight Measurements: YES; Power Consumption Characterization: YES: Common-mode noise measurements: YES; Performance Tests at room temp: YES; Performance Tests at hi/lo temp and hi/lo operating voltages: YES; Random Vibration Tests: YES; Thermal Vacuum Tests: YES; 100 Hr Failure-free operation: YES. The SBC shall meet the following minimum performance and environmental requirements. In some cases, a requirement can be waived if all other main requirements are met. These waiverable requirements are indicated as DESIRED: CPU Performance: 40 MIPS by Dhrystone Ver 2.1 4.8 MIPS by Whetstone Ver 1.2 16 Kbyte Internal Instruction Cache 16 Kbyte Internal Data Cache Memory: 4 Mbytes of User PROM 8 Mbytes of Volatile RAM (32 Mbytes is DESIRED as long as radiation requirements are satisfied) Preloaded Software: Start-up Software consisting of: Boot code to configure hardware Monitor Code with commands to Dump, Fill, Load .... Loader Code to load User Software through UART I/O Operating System/Board Support Package (BSP) software I/O: cPCI Bus (32-bit, 33 Mhz) 2 Full-Duplex UARTs with flow control MIL-STD-1553B Communication Bus (DESIRED) 2 Synchronous Serial Ports (DESIRED) - 1 Mbps minimum - Flow Control Miscellaneous Peripherals: Watchdog Timer 4 Programmable Interval Timers Analog Temperature and Voltage Monitors (DESIRED) Mechanical: Mountable in a Compact PCI 6U size chassis Weight not to exceed 1.8Kg (DESIRED) Power: Total power consumption not to exceed 15W (DESIRED) Supply voltages: +5VDC, +3.3VDC Environmental: Radiation: Total Dose: 40 Krads Single Event Effects (SEE): Non-destructive (e.g. Single Event Upset (SEU)): 37MeVcm2/mg Memory devices w/EDAC: Bit Error Rate of <6E-4 upsets/day Destructive (e.g. Single Event Latchup): 100 MeVcm2/mg Random Vibration: Random vibration in all three axes shall conform to the levels specified in table 2.4-4 of the Vibroacoustics section of the General Environmental Verification Specification for STS & ELV (GEVS-SE). Acceleration Loads: The SBC shall be designed to withstand a static load of 40g's. Vacuum: <1.33 x 10-3 Pa Thermal: Operational: 0 degrees C to +50 degrees C Survival: -25 degrees C to +70 degrees C EMI: Radiated emissions shall not exceed limits set forth by test method RE02 of MIL-STD-462. 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 offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of 15 pages or less indicating the ability to perform all aspects of the effort described herein. In addition, interested offerors/vendors may provide any relevant catalogs or other published product literature that may be generally available in hard copy form or on-line. There is no page limit for this information. 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 - including address and phone number). Technical and procurement related questions should be directed as described below: Technical Questions: Kenneth Li - Address: Mail Stop 561, NASA/GSFC, Greenbelt, Maryland 20771; E-Mail: Kenneth.E.Li@nasa.gov; Phone: (301) 286-3724; Facsimile: (301) 286-5475 Procurement Questions: Kathleen Tennant - Address: Mail Stop 464, NASA/GSFC, Greenbelt, Maryland 20771; E-Mail: Kathleen.M.Tennant@nasa.gov; or Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in Internet "Note A". [INTERNET ONLY (commercial product definition)]. If the requirement is considered to be a commercial-type product, please include information on customary practices regarding customizing, modifying, or tailoring of items to meet customer needs and associated costs. 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 to Mr. Kenneth Li at the address indicated above, no later than July 7, 2003. Please reference SDO-04562-GFH in any response. Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51#106086)
- Record
- SN00353561-W 20030622/030620214122 (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 |