Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2018 FBO #6006
SOLICITATION NOTICE

D -- Autonomous Systems on Ground and Space Using G2 and NASA Platform for Autonomous Systems

Notice Date
5/2/2018
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA Stennis Space Center, Office of Procurement, Mail Stop DA00, Stennis Space Center, Mississippi, 39529-6000, United States
 
ZIP Code
39529-6000
 
Solicitation Number
80SSC018R0010
 
Point of Contact
Melissa R. Wagner, Phone: 2286881065, Charles J Heim, Phone: 2286883199
 
E-Mail Address
melissa.r.wagner@nasa.gov, Charles.j.heim@nasa.gov
(melissa.r.wagner@nasa.gov, Charles.j.heim@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The NASA/SSC Office of Procurement intends to issue a Request for Proposal (RFP) for the following services to be performed for John C. Stennis Space Center: Software Development for Autonomous Operations - Implementation using the NASA Platform for Autonomous Systems (NPAS) within the G2 Programming Environment and G2 layered products such as Symcure, network bridges, and others. The work to be performed under this requirement is the supply of services needed to support the development of autonomous systems and operation of NASA related ground and space systems, including ground cryogenic facilities, ORION Capsule systems, space habitats, and others using Integrated System Health Management (ISHM) and Autonomy Operation (AO) capabilities within NPAS. ISHM and AO capabilities are being evolved in NPAS; NPAS was developed using the G2 programming environment and other G2 layered products. Autonomous systems are implemented using NPAS which includes a generic ISHM Domain Model (ISHM-DM) and a generic Autonomy Domain Model (A-DM). The ISHM-DM incorporates data, information, and knowledge (DIaK) needed to achieve ISHM capability within an architecture that enables integrated use of DIaK by a system defined in terms of intelligent sensors and components and model-based reasoning. The A-DM uses information from the ISHM-DM and includes autonomy domain knowledge needed for autonomous decisions. The first Task Order will concentrate on updating/modifying the NPAS Mission Scheduler and Mission Execution capabilities and development of an emulator infrastructure to implement emulation of communications among hierarchical distributed autonomous systems embodying concepts of operations for autonomous operations. Work will be done at various NASA Centers which will be addressed in each individual Task Order. The government intends to issue the RFP under Commercial Simplified Acquisition Procedures (SAP) in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 13.5 with the resulting award projected to be a Firm Fixed Price (FFP), single award, Indefinite Delivery Indefinite Quantity (IDIQ) contract. The total contract duration will be five (5) years, and each task order will define the duration / period of performance separately. It is anticipated that the RFP will be issued via the Federal Business Opportunities (FedBizOpps) website https://www.fbo.gov on or about May 31, 2018, with responses due on or about June 29, 2018. There will be no site visit for this solicitation. It is anticipated that this action will be issued as unrestricted. The NAICS Code and Size Standard are 541330 and $15M respectively. The evaluation factors for this procurement are in development but will likely include Technical Acceptability, Past Performance, and Price. All questions regarding this acquisition shall be submitted in writing to the Contract Specialist at melissa.r.wagner@nasa.gov (cc: charles.j.heim@nasa.gov) not later than 3:00 pm CST on May 18, 2018. An ombudsman has been appointed; the installation Ombudsman is Mr. Kenneth R. Human at ken.r.human@nasa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/SSC/OPDC20220/80SSC018R0010/listing.html)
 
Place of Performance
Address: various NASA locations, United States
 
Record
SN04908784-W 20180504/180502231346-93f2dd8439502f9b52f61a959a6295b1 (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.