Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2017 FBO #5767
SOURCES SOUGHT

A -- RFI: Rdiation Tolerant Computer System

Notice Date
9/5/2017
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/John F. Kennedy Space Center, John F. Kennedy Space Center, Florida, 32899
 
ZIP Code
32899
 
Solicitation Number
NNK17ZMS001L
 
Archive Date
9/28/2017
 
Point of Contact
Christina Johnsen, Phone: 3218676329
 
E-Mail Address
christina.m.johnsen@nasa.gov
(christina.m.johnsen@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI): THIS IS NOT A REQUEST FOR PROPOSAL OR REQUEST FOR QUOTE BUT IS FOR INFORMATION AND PLANNING PURPOSES ONLY! This RFI does not constitute a solicitation and is not to be construed as a commitment by the Government. The RFI number NNK17ZMS001L shall be used to reference any written responses to this RFI. Responses to this RFI are limited to no more than 20 pages, to include attachments. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small business (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought notice/RFI is voluntary. This sources sought notice/RFI is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Capabilities Package. All interested firms should submit a capabilities package that outlines the firm's capabilities in providing the required item. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date and suggested NAICS and classification code. Responses may be submitted electronically to the following e-mail address: christina.m.johnsen@nasa.gov Respondents are encouraged to include the following information: 1) Lead Times - Describe typical lead times required for hardware procurement, assembly and testing. 2) The Vendor will specify any support, material, equipment, and/or permitting needed from NASA. 3) The Vendor should indicate any Requirements noted in this RFI that cannot be met with their capabilities. Should also indicate what needs to be provided by NASA so they can meet those requirements. 4) The Vendor should indicate which components of any proposed system currently exists as a Commercial Off The Shelf (COTS) Item, or slightly modified COTS. If significant NRE will be required to design or develop any new components of a proposed system, the Vendor shall identify these components as a "NEW DESIGN". 5) The Vendor should explain any other proposed methods/capabilities they feel would meet or closely compare to the NASA Requirements based on their expertise/experience. 6) Cost: Although not mandatory for responding to this RFI, NASA requests the Vendor provide a ROM (Rough Order of Magnitude) cost estimate for this effort that can be used to develop budgetary forecasting. This information will be secured as proprietary information and not retained as a quote or for any potential procurement that may or may not be realized in the future. 7) Qualification and/or Flight Heritage: NASA requests the vendor provide details on any previous qualification efforts or reports pertaining to any or all components used in their proposed design. This may include any tests, analyses, certifications, or specific flight history pertaining to a particular component (or system). Requirement Details The requirement is to provide a radiation tolerant computer system that could potentially be used in a short duration mission to the lunar surface. The computer system will provide the core functionality, acting as the primary data processor, data storage, and task sequencer for multiple payload subsystems. Environmental Performance Performance under the extreme environmental conditions of the lunar surface should be fully considered, however due to this project's Class D classification, acceptance of higher-risk/lower-tolerance designs may be considered. The vendor shall be able to demonstrate a latchup immunity to Single Event Effects (SEEs) up to an LET of 32 while operating on the lunar surface. The vendor should be able to demonstrate a Single Event Upset (SEU) rate of < 1e-4 error/card-day. The computer system should perform nominally in a vacuum of 1x10^-4 Torr over an extended temperature range of -40C to +70C while operating on the lunar surface. Additionally, the computer system must withstand all of the induced loads of launch, transit, decent to and roving on the lunar surface. Processing Performance Processor Speed: The minimum processor speed has not been set, however current NASA-led software development efforts have shown a CoreMark Score of 600 is sufficient. Operating System Support: Capable of running a Linux distribution using: Linux Kernel 4.1 or higher GNU C Library (glibc) 2.20 or higher GNU Compiler Collection Runtime (gcc-runtime, including standard C++ library) 5.0 or higher Bundled with a GCC-based software development kit (SDK) capable of: Compiling ISO C90 C and ISO 2011 C++ Standard (a.k.a. C++11) C++ source code Cross-compiling from x86-64 Linux (Ubuntu 16.04 LTS or RedHat/CentOS 7) to the target platform. CAN Bus hardware supported by the Linux Kernel and accessible via the Linux Netlink-based SocketCAN application programming interface (API). RS-422/485 hardware supported by the Linux Kernel and accessible via the Linux Terminal I/O (termios) application programming interface (API). USB hardware supported by the Linux Kernel and accessible via the Linux USB library (libusb) application programming interface (API). Ethernet hardware supported by the Linux Kernel and accessible via the Linux Netlink-based application programming interface (API). Non-Volatile Storage The minimum data storage is 128 MB. Memory The minimum memory size is 128MB with some sort of Error Detection and Control. Interfaces At least one (1) CAN 2.0b (Controller Area Network) At least three (3) ANSI EIA/TIA-422 In addition to the above interfaces, the vendor should list the following interfaces as optional, but replaced with additional EIA/TIA-422 in additional interface. At least one (1) 100 Mb Ethernet At least one (1) USB 2.0 The vendor should annotate if any additional NRE would be required to implement above interfaces. Operating Voltage: Nominal- +28VDC, Range +23VDC to +33VDC Power: The vendor should specify power. Mass: The vendor should specify mass. Volume: The vendor should specify volume.   RESPONSES ARE DUE NO LATER THAN WED, 13 SEP 17 at 10:00 AM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK17ZMS001L/listing.html)
 
Place of Performance
Address: Kennedy Space Center, Florida, 32899, United States
Zip Code: 32899
 
Record
SN04660945-W 20170907/170905231420-888696a8e84fec2fda519c01b9e71e11 (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.