SOLICITATION NOTICE
A -- FLIGHT CRITICAL SYSTEMS RESEARCH
- Notice Date
- 10/21/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001
- ZIP Code
- 23681-0001
- Solicitation Number
- NNL0575073R
- Archive Date
- 10/21/2005
- Description
- On May 20, 2004 a sources sought synopsis (Reference # LCG-FCSR) was posted soliciting information for potential sources for Flight Critical Systems Research (FCSR). As stated in the sources sought synopsis, the Government was considering whether to procure the required FCSR through the solicitation and award of Blanket Purchase Agreements (BPAs) issued against GSA schedule contracts. As a result of a detailed market research analysis and the information provided in the capability statements, the required FCSR will not be procured using GSA schedule contracts. NASA Langley Research Center plans to issue a Draft Request for Proposal (DRFP) for FCSR on or about November 9, 2004. The objective of these task order contracts is to conduct basic and applied research, technology development, systems analyses, and systems integration in avionics systems critical to flight management. This requirement is a follow-on to contracts: NAS1-00105 with ARINC Incorporated, NAS1-00106 with The Boeing Company, NAS1-00107 with Honeywell Technology Center, and NAS1-00108 with Rannoch Corporation. The primary work areas are: I) Flight Dynamics, Guidance, and Control: This area of work includes but is not limited to, attached and separated-flow aerodynamics; static and dynamic stability; control effector characteristics; dynamic modeling methods; flight-control-law effects; flying and handling qualities; agility and maneuverability; out-of-control flight characteristics; guidance and control theory; control system concepts; controls allocation/reconfiguration; and control law design. II) Crew Systems and Aviation Operations: This area of work includes but is not limited to, integrated flight deck systems; aircraft self-separation and distributed air traffic management; atmospheric hazard awareness and avoidance; situation awareness assessment; synthetic vision; and human-centered design. III) Reliable Avionics Systems: This area of work includes but is not limited to, mathematical proof of safety properties for software and hardware; fault tolerance; fault modeling and emulation; real-time upset detection and recovery; vehicle health management; commercial-off-the-shelf technology in safety-critical systems; complexity modeling and management; and integrated modular avionics. IV) Flight Critical Systems Analysis and Integration: This area of work includes but is not limited to, performance of systems engineering in support of novel flight critical systems analysis and development from research concept through simulation and test to flight experiment. Multiple-award, cost-plus-fixed fee contracts are contemplated for this effort with a period of performance of sixty (60) months. The projected contract start date is on or about June 2004. The DRFP will be issued pursuant to NASA FAR Supplement 1815.201. Questions/comments are invited and strongly encouraged from potential offerors on all aspects of the DRFP, including the requirements, schedules, proposal instructions, and evaluation approach. The Government is not requesting proposals in response to this DRFP, does not intend to award a contract on the basis of the DRFP, and does not intend to pay for any information received regarding this solicitation. Questions/comments shall be submitted in writing to the Contract Specialist, Krista Y. Jensen, by e-mail at Krista.Y.Jensen@nasa.gov . Telephone questions will not be accepted. The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. The NAICS Code and Size Standard are 541710 and 1,500 employees, respectively. The DPAS rating for this procurement is DO-C9. An ombudsman has been appointed -- See NASA Specific Note "B". The solicitation and any documents related to this procurement will be available over the internet at FedBizOpps (URL- http://www.fedbizopps.gov) and on the NASA Acquisition Internet Service Web Sites (URL- http://prod.nais.nasa.gov). Prospective offerors shall notify the Contract Specialist of the intent to submit an offer. It is the offeror's responsibility to monitor the Internet site(s) for the release of the final solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes may be viewed at the following URL links 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=23#113100)
- Record
- SN00697614-W 20041023/041021212235 (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 |