Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 16, 2019 SAM #6561
SOURCES SOUGHT

99 -- Laser Air Monitor System (LAMS)

Notice Date
11/14/2019 4:58:04 PM
 
Notice Type
Sources Sought
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NASA JOHNSON SPACE CENTER HOUSTON TX 77058 USA
 
ZIP Code
77058
 
Solicitation Number
80JSC020LAMS
 
Response Due
12/3/2019 12:59:00 AM
 
Archive Date
12/17/2019
 
Point of Contact
Amber Coyne, Phone: 281-792-2176Christina Hibbs
 
E-Mail Address
amber.n.coyne@nasa.gov, Christina.a.hibbs@nasa.gov
(amber.n.coyne@nasa.gov, Christina.a.hibbs@nasa.gov)
 
Description
IntroductionThe National Aeronautics and Space Administration (NASA), Johnson Space Center (JSC) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for the productionof the Laser Air Monitor System (LAMS) which will be delivered to the Government for subsequent installation on the Orion spacecraft for Artemis missions III, IV, and V. Background The Orion spacecraft, also known as the Multi-Purpose Crew Vehicle (MPCV), is the spacecraft that will serve as the exploration vehicle that will carry crew to space, provide emergency abort capability, sustain the crew during the space travel, and provide safe re-entry from deep space return velocities. An anchoring capability of the Exploration Systems Development (ESD) Projects is a human-rated Orion that will safely carry human crews from Earth into deep space and back again.The LAMS will measure oxygen, carbon dioxide, water vapor, temperature, and pressure accurately enough to detect unsafe levels of these elements within the Orion spacecraft in time to allow the crew to respond to the fast changes in air composition in the Orion cabin.Current LAMS Contract RequirementsNASA’s current contract with Dynetics, Inc. is performed through NASA’s NextSTEP Broad Agency Announcement (BAA), NNH15CN79C, which requires the Design, Development, Test, and Evaluation (DDT&E) and flight unit production of the LAMS to meet the capability requirements necessary to support Artemis II.The capability requirements for the LAMS developed under the NextSTEP BAA are summarized as follows: Detect, measure, and transmit oxygen, carbon dioxide, water vapor, temperature, and pressure every 1 second (1 Hz) while meeting accuracy requirements. Detect, measure, and trasmit oxygen, carbon dioxide, water vapor, temperaure, and pressure during the entire operation of each Artemis vehicle from initial power on through landing and recovery, including all dynamic events. Detect, measure, and tranmist oxygen with an accuracy of +/- 0.05 Pounds Per Square Inch Absolute (PSIA) and +/- 0.5 PSIA to support fast changes in oxygen composition in the Orion cabin within the Orion environment. Detect, measure, and transmit carbon dioxide with an accuracy of +/- 0.31 mmHg within the Orion environment. Detect, measure, and transmit water vapor with an accuracy of +/- 0.2 mmHg within the Orion environment. Detect, measure, and transmit temperature and pressure with an accuracy to support fast changes within the Orion environmentContemplated Future RequirementsNASA JSC is considering acquisition strategies to enable initial production of the LAMS flight units for Artemis III, IV, and V. The contemplated future requirements are anticipated to include production of the LAMS developed under the NextSTEP BAA for Artemis III, with limited DDT&E required to incorporate use of Radiation Hardened Military Standard Electrical, Electronic, and Electromechanical (EEE) parts on the LAMS for Artemis IV and V.Hardware DeliverablesThe anticipated hardware deliverables for this requirement are listed below: Build-to-Print one LAMS flight unit for the Artemis III to be delivered by approximately August 15, 2020. Build and deliver one LAMS flight unit for each of the Artemis IV and V missions which shall be upgraded to use Radiation Hardened Military Standard EEE parts by approximately April 15, 2022. Deliver one qualification unit and one spare unit at the same time as the Flight Unit delivery for Artemis IV and V (approximately April 15, 2022). Build and deliver three fully assembled printed ciruit boards for radiation testing and six printed circuit board spares at the same time as the Flight Unit delivery for Artemis IV and V (approximately April 15, 2022).Performance and acceptance testing will be performed by the Government on all units following delivery.The contractor for the contemplated LAMS contract would be expected to provide any and all facilities required to meet the contract requirements. Government Furnished Property is not currently anticipated to be provided for the contemplated LAMS contract.Data DeliverablesNASA requires documentation and review of the documentation supporting the required hardware deliverables before delivery to NASA. A summary of the types of data that the Contractor will be required to deliver is provided below: Analysis Reports (including stress, thermal, fracture, EEE parts stress, and derating) Materials, Bill of Materials, and As-Built Part List Electrical Bonding and Isolation Test Report Limited Life Items List All Engineering Drawings Software/Firmware Documentation (including version description, requirement verification, test reports, user guide, and test procedures) End Item Specifications Science Verification Test Plan, Data, and Reports Calibration Data As-Built Flight LAM Mass, Dimensions, Software Interfaces and Power Draw of the Designed Flight Units. Capability Maturity Model Integration (CMMI) Level 3 Certification and DocumentationData will be used to support verification closures.Response InstructionsIf your organization has the potential capability to perform the contemplated future requirements listed above, please provide the following information to the best of your ability. Partial responses are also accepted. Organization name, address, email address, website address, DUNS number, and size and type of ownership for the organization (e.g. large business, small business, women-owned small business, etc). Expression of your organization’s interest in the LAMS requirements, which would require producing the LAMS based on NASA-provided requirements and interface control documents. Identification of any perceived barriers to competition, and any suggested mitigations, assuming NASA’s intent to require the production of multiple units of the LAM system developed under the NextSTEP BAA. Discuss your company’s ability to perform each of the contemplated future requirements listed above. If subcontracting or joint venture is anticipated in order to deliver technical capability, organizations should address the anticipated administrative and management structure of such arrangements (if this information is known at this time). Also address what elements of work would be performed by the prime or joint venture and which elements would be performed by subcontractors.Interested parties who consider themselves qualified to perform one or more elements of the contemplated future requirements described above are invited to submit a response to this Sources Sought Synopsis by December 2, 2019. All responses to this Sources Sought Synopsis must be emailed to amber.n.coyne@nasa.gov and not exceed 10 pages. Please reference 80JSC020LAMS in any response. The government will evaluate market information to ascertain potential market capacity to 1) fulfill the requirements consistent in scope and scale with those described in this notice and otherwise anticipated; 2) assess feasibility of competition; and 3) identify capable small businesses which may be able to perform these requirements or or a portion thereof. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336419, Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing, with a size standard of 1,000 employees.This synopsis is for information and planning purposes and there is no solicitation at this time. This request for capability information does not constitute a request for proposals (RFP); submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred nor will the respondents be notified of the results of the evaluation. If a solicitation is released it will be synopsized in beta.SAM.Gov. It is the potential offeror’s responsibility to monitor this site for the release of any solicitation or synopsis.If the Government issues a RFP, the Government reserves the right to restrict the procurement to small businesses. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html.An Interested Vendors List is enabled within this posting. This list is available to other vendors to allow potential offerors the opportunity to network. Parties that would like their information posted to the Interested Vendors List shall use the “Add Me to Interested Vendors” button. If a vendor would like to be removed from the Interested Vendors List, use the “Remove Me from Interested Vendors” button.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/72f09229268447cabdb645eb2704248a/view)
 
Record
SN05494008-F 20191116/191117181059 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.