Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2009 FBO #2842
SOLICITATION NOTICE

59 -- INTEGRATED AVIONICS UNIT

Notice Date
9/3/2009
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA09310450R
 
Response Due
9/16/2009
 
Archive Date
9/3/2010
 
Point of Contact
Jeffrey S. Brown, Contracting Officer, Phone 650-604-4696, Fax 650-604-0912, Email jeffrey.s.brown@nasa.gov
 
E-Mail Address
Jeffrey S. Brown
(jeffrey.s.brown@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/ARC has a requirement for an Integrated Avionics Unit (IAU). The LunarAtmosphere Dust Environment Explorer (LADEE) Project will require both a flight certifiedIAU and Engineering Development Unit(EDU). This IAU shall have all of the followingfeatures. IAU shall be 3U cPCI Single IAU Chassis Configuration, Integrated Command & Data Handling(C&DH) and Electrical Power Supply (EPS) Systems. IAU shall be based on BAE RAD750 Processor due to performance and flight heritage. IAU shall accommodate all Spacecraft and Payload interfaces with adequate spares.C&DH shall accommodate at least 12 Sun Sensors, 4 pressure transducers, 34 temperaturesensors, 24 RS422 Receivers, 20 RS422 Transmitters, 3 LVDS Transmitters and 1 LVDSReceiver.C&DH RS422 Transmitters and Receivers shall be capable of sending and receiving bothSynchronous and Asynchronous data.C&DH LVDS Transmitters and Receivers shall be capable of sending and receivingsynchronous data up to 40 Mbps.C&DH shall be capable of providing alternate commanding from the main CPU.C&DH shall have adequate storage for multiple executable versions of the flight software,and allow operating from these executables.C&DH Spare I/O lines shall be 20% of used lines. Nominal power of the IAU shall be 28 VDC +- 6 Volts.EPS shall be capable of controlling 12 switched solar arrays.EPS shall provide at least 11,5 Amp outputs.EPS shall provide at least 2,5 Amp Arm/Fire outputs.EPS shall provide at least 17,1.2 Amp outputs.Spare Switched Power Lines shall be 30% of used lines.IAU shall be capable of operating nominally in temperatures from -20 C to 60 C.IAU shall be capable of operating nominally in expected space environment for 180 days.IAU shall be capable of operating nominally after 20G load in any axis.IAU shall be capable of operating nominally after exposure of up to 10KRad TID.IAU shall not exceed 5.6 Kg.IAU shall not exceed 11 inches by 10 inches by 7 inches.Vendor shall provide an engineering unit of the IAU design for ARC development,verification and testing prior to receipt of the Flight IAU. An additional engineeringunit shall be provided at the time of IAU delivery.Vendor shall provide engineering services and documentation to support spacecraft designand integration. This shall include the participation and preparation of documentationfor project level reviews.NASA/ARC intends to purchase the items from Broad Reach Engineering by authority of 10USC 2304(c)(1), Only One Responsible Source.The Government does not intend to acquire a commercial item using FAR Part 12.See Note26.Interested organizations may submit their capabilities and qualifications to perform theeffort in writing to the identified point of contact not later than 4:30 p.m. local timeon September 11, 2009.Such capabilities/qualifications will be evaluated solely for thepurpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and opencompetition basis, based upon responses to this notice, is solely within the discretionof the government.Oral communications are not acceptable in response to this notice.All responsible sources may submit an offer which shall be considered by the agency.An Ombudsman has been appointed. See NASA Specific Note "B".Any referenced notes may be viewed at the following URLs linked below.Information about major upcoming ARC procurement actions is available athttp://ec.msfc.nasa.gov/cgi-bin/eis/admin/admin.cgi?center=ARC
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA09310450R/listing.html)
 
Record
SN01939724-W 20090905/090904001219-5ba69a44ea0e5f0419cd02a44fcd4c5c (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.