Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2009 FBO #2761
SOURCES SOUGHT

B -- ADVANCED GUIDANCE NAVIGATION AND CONTROL TECHNOLOGY DEVELOPMENT ANDANALYSIS SERVICES

Notice Date
6/16/2009
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ09294991L
 
Response Due
6/30/2009
 
Archive Date
6/16/2010
 
Point of Contact
Cheryl D. Bass, Contract Specialist, Phone 281-483-3476, Fax 281-483-7890, Email cheryl.d.bass@nasa.gov - Vanessa R. Beene, Contracting Officer, Phone 281-244-5257, Fax 281-244-5331, Email vanessa.r.beene@nasa.gov<br />
 
E-Mail Address
Cheryl D. Bass
(cheryl.d.bass@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is issued by NASA/JSC to post a sources sought synopsis via theinternet and solicit responses from qualified interested parties. This effort is a follow-on contract. The current contract was a sole source procurementawarded to the Charles Stark Draper Laboratories, Inc.At the time of the procurement,Draper was the only company to have provided this capability to JSC. This sources sought notice is for market research purposes only and to also allowIndustry the opportunity to verify reasonableness and feasibility of the requirement, aswell as promote competition. Summary:NASA/JSC is seeking Potential Offerors/Contractors to support the Aeroscience and FlightMechanics Division (AFMD) in the development, maintenance, and application of Guidance,Navigation, and Control (GN&C) simulation and analysis tools to support the operation andsustaining engineering of the International Space Station (ISS), including VisitingVehicle (VV) proximity operations, docking, and mated configurations. The PotentialOfferors/Contractors shall also support AFMD in the development, maintenance, andapplication of GN&C simulation and analysis tools to support space flight and technologydevelopment programs including the Orion Project, the Autonomous Landing and HazardAvoidance Technology (ALHAT) Project, and future exploration and science programs.NASA/JSC is seeking companies with demonstrated experience in the design and operation ofhuman spacecraft, and designing and developing innovative and practical solutions tocomplex GN&C problems.One recent example of an innovative solution is the ISS ZeroPropellant Maneuver (ZPM), a creative implementation of optimal trajectory designrequiring expert knowledge of the ISS momentum manager controller, ISS gravity gradienteffects, and on-orbit aerodynamic forces. In order to be implemented on the ISS, the ZPMhad to work within the constraints of existing ISS avionics and software (e.g.,Timeliner), and be fully compliant with ISS flight rules and operational timeconstraints.For the ISS Program, the Potential Offerors/Contractors shall analyze ISS assembly andstage operations to determine control system stability and performance against programrequirements and objectives. Design or feasibility analysis shall be performed to assessdesign and mission changes. Verification analysis shall be performed to verify/certifycontrollability, estimate fuel and momentum usage, determine attitude time histories forplanned operations, and support flight or operational readiness statements. The potentialfor Controller/Controller and Controller/Structure dynamic interactions shall be assessedby the Potential Offerors/Contractors using frequency domain linear analysis and timedomain simulation. This planned effort, shall support investigations of on-orbitanomalies and ISS system failures impacting ISS GN&C system performance or operations.The Potential Offerors/Contractors shall develop or modify simulation and analysis toolsand/or system models, as necessary, to reconstruct flight anomalies or failures todetermine root cause. The Potential Offerors/Contractors shall develop new ControlStructure Interaction (CSI) analysis methodology and engineering solutions, toaccommodate ISS changes and new VV operations, or to improve the operational efficiencyof the ISS. In addition, the Potential Offerors/Contractors shall provide softwaresustaining engineering of the User Interface Language, also known as Timeliner,including the software Kernel (core features) and Adapter (ISS adaptation) for the ISSonboard and ground elements. The Potential Offerors/Contractors shall work closely withthe ISS Prime Contractor for flight software in the integration of the updated Timelinersoftware into releases of the command and control software and the payload executiveprocessor.For the Orion Project, the Potential Offerors/Contractors shall provide an independentassessment of the content and quality of the Orion prime contractors GN&C FlightSoftware (FSW) design, development, test and verification activities and deliverables.The Potential Offerors/Contractors shall work closely with the joint NASA/Orion primecontractor Architecture Working Group (AWG) by collaborating in the design, developmentand implementation of the top-level GN&C executive FSW architecture. The PotentialOfferors/Contractors shall also assist in the flight implementation of the FSWarchitecture in the Unified Modeling Language (UML) environment, as well as itsfunctional equivalent in the Matlab/Simulink environment. The execution of this task bythe Potential Offerors/Contractors requires a very high level of technical expertise inthe FSW domain. Potential Offerors/Contractors shall also provide design and analysissupport to the Orion Orbit Mode Team (OMT) in four key areas: (1) Rendezvous, proximityoperations, and docking, (2) Flight control, (3) Navigation, and (4) Guidance andtargeting. All of these applications require an understanding of linear systems theory,celestial mechanics, estimation theory, and the limitations of flight computationalresources. A high level of proficiency with linear covariance analysis and theavailability of contractor-supplied linear covariance tools are essential to thesuccessful execution of major architectural trades for the Orion navigation system. These contractor-supplied linear covariance tools must be made available for use by allparticipants on the joint GN&C Mode Teams, including other contractors. PotentialOfferors/Contractors support for Orion flight control is required to provide expertiseand experience with complex multi-effector, multi-string propulsion system design,development, test and operational expertise. The development and oversight of Orionflight control algorithms requires in-depth knowledge of individual thruster on-timetechniques in both an analytic and high fidelity six degree of freedom setting. Forwardwork in this area will involve fault detection, isolation, and recovery (FDIR)development of mixed effector string components. FDIR development shall leveragePotential Offerors/Contractors experience with the operation and maintenance oftime-critical, human-rated spaceflight vehicle control systems, such as the SpaceShuttle.For the ALHAT Project, the Potential Offerors/Contractors shall develop, test, document,deliver, integrate, and maintain autonomous guidance, navigation and control (AGNC)software to support simulation and flight testing of onboard hazard detection andavoidance and precision lunar landing technologies. The Potential Offerors/Contractorsshall develop, document, deliver, integrate, and maintain the Autonomous FlightManagement (AFM) software providing the functions of: (1) Landing Point Designation(LPD), (2) sensor management, (3) operator command and data interfaces, and (4)Multi-State Excursion Assessment (MSEA) for the descent trajectory corridor. ThePotential Offerors/Contractors shall maintain and document a stand-alone AGNC sandboxanalysis tool to support AGNC development, integration and testing, as well as to verifythe functionality of the integrated ALHAT simulation environments. The PotentialOfferors/Contractors shall develop, test, document, deliver, integrate and maintain anALHAT Derived Navigation Filter (ADNF) to support integrated flight tests of the ALHATSystem, or subsets of the ALHAT System, on an aircraft platform. The ADNF will be basedon the navigation filter developed for the ALHAT simulation environments, but adapted toreflect the differences introduced by the environment, test platform, and navigationsensors associated with Earth-based testing. The Potential Offerors/Contractors shallperform linear covariance analyses to determine the sensitivities of trajectory andnavigation dispersions to variations in environments, trajectories, sensors, effectors,and other parameters. The Potential Offerors/Contractors shall support NASA/JSC in thedevelopment and maintenance of systems engineering products for the ALHAT Projectincluding the Project Technical Requirements Specification (PTRS), Operations Concept(OpsCon), Verification and Validation (V&V) Plan, and Reference Architecture Document(RAD). The Potential Offerors/Contractors shall assist NASA/JSC in the planning,definition, management, execution, and documentation of ALHAT Design Analysis Cycles(ALDACs). Each analysis plan shall address verification and validation activitiesappropriate for the current stage of development of the ALHAT System includingrequirements, simulations, components, models, algorithms, and subsystems.For future space flight and technology development projects, the PotentialOfferors/Contractors shall assess, develop and apply advanced avionics and GN&Ctechnologies to address NASA/JSC requirements across all mission phases, including bothnominal and contingency vehicle operations. The Potential Offerors/Contractors shallutilize unique tools and capabilities developed in prior NASA/JSC programs and provideconduits to technologies previously developed through the contractors execution of othergovernment programs. The contractor may be required to apply innovative avionics and GN&Cresearch and technologies to enhance or upgrade existing avionics and GN&C elements orsystems. These tasks will be defined on an Indefinite Delivery Indefinite Quantity (IDIQ)basis.Prospective Offerors are invited to submit your Written Responses to Cheryl Bass no laterthan Tuesday, June 30, 2009, 4:30 p.m. CST.Responses must include: capabilities necessary to meet or exceed the requirements forAdvanced Guidance Navigation and control Technology Development and Analysis Services;name and address of firm, size of business; average annual revenue for past 3 years andnumber of employees; ownership; whether they are large, small, small disadvantaged, 8(a),HUBZone, small disabled veteran owned, and/or woman-owned; number of years in business;affiliate information: parent company, joint venture partners, potential teamingpartners, prime contractor (if potential sub) or subcontractors (if potential Prime);list of customers covering the past years of relevant work performed, contract numbers,contract type, dollar value of each procurement; and point of contact - address and phonenumber). When responding, please use reference number NNJ09294991L.No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential Offerors responsibility to monitor these sitesfor the release of any solicitation or synopsis.This synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemedfully qualified will be considered in any resultant solicitation for the requirement. An Ombusdman has been appointed -- See NASA Specific Note "B".Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ09294991L/listing.html)
 
Record
SN01846320-W 20090618/090616235806-cb1b436161619e742e52668be419a4c9 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.