Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 15,1997 PSA#1930

NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

C -- SERVICES OF SYSTEMS ENGINEERING FOR RESEARCH FACILITIES INTEGRATED SYSTEMS DUE 092497 POC Linda P. Fitzgerald, Procurement Analyst, Phone (757)-864-2461, Fax (757) 864-7898, Email L.P.FITZGERALD@larc.nasa.gov WEB: Click here for the latest information about this notice, http://procurement.nasa.gov/EPS/LaRC/date.html#SS272. E-MAIL: Linda P. Fitzgerald, L.P.FITZGERALD@larc.nasa.gov. Firms are being sought to furnish the necessary resources for the Services of Systems Engineering for Research Facilities Integrated Systems (SERFIS) at NASA Langley Research Center . An advance notice is published herein to provide information on the supplies and services required. This procurement may result in the awards of multiple performance based, indefinite delivery, indefinite quantity type delivery order contracts. Each contract will have a guaranteed minimum and specified maximum. In accordance with the Federal Acquisition Streamlining Act, each awardee will be afforded an opportunity to compete for delivery orders in excess of $2,500 with exceptions. Contracts will have a total potential period of performance, including options, of 5 years. The effort requires resources necessary to provide complete systems engineering of mechanical, fluid, and automation systems for research facilities including design, development, fabrication, installation, integration, testing, activation, and maintenance. All designs, material selections, drawings, specifications, and other documentation produced under this contract shall conform to nationally accepted codes and standard practices. Mechanical research equipment and related systems include precision mechanisms and mechanical drives; hydraulic, pneumatic, and electric actuators; mechanical structures, including machine frames (plane and three-dimensional trussed); static and dynamic support structures for machinery; walled structures; vacuum and pressure vessels; heat transfer devices; and integrated systems. Completed components and systems will include model support, injection, and positioning systems; wind tunnels and components (e.g. nozzles, diffusers, screens, turning vanes, turbine blades, actuators, and test cells); flow survey devices; structural test systems, and robotics. Components will be subjected to a variety of environments including cryogenic and elevated temperatures (-450 degrees F to 3500 degrees F) which may require active heating or cooling subsystems. Additional environments which require application of specialized knowledge include high pressures (up to 8000 psig), oxygen and hydrogen rich environments, specialty gases and fluids, high vibration and noise, and a full range of aerodynamic flow conditions ranging from low-subsonic to hypersonic speeds. Research fluid systems and equipment includes specialized valving, piping, heat exchangers, dryers, separators, compressors, filters, blowers, vacuum pumps, refrigeration systems, instrumentation, and control systems. Components and systems will handle hard vacuum to high pressures, cryogenic and elevated temperatures, and specialty gases (e.g. oxygen, hydrogen, pyrophoric gases, heavy gases, and corrosive and toxic gases and fluids. Completed equipment and systems will include high-speed and low-speed wind tunnels (closed circuit and blow down); plasma jets; thermal systems; high vacuum systems; cryogenic systems; high and low pressure gas systems; process heat exchangers and specialized cooling systems; heavy gas reclamation systems; research support utilities, such as high pressure steam; hydraulic and pneumatic systems; and associated control systems. Research facility automation systems development includes system requirements specification and analysis; facility simulation, control strategy formulation and analysis; complete hardware/software specification and design; software implementation; system installation; hardware/software integration; system validation using facility simulations; on-site systems integration and checkout; and activation items including system tuning, acceptance testing, performance analysis, and facility personnel training. Systems will provide repeatable, precise, stable, multi-variable control of facility parameters and automation of normal operator functions. Typical systems involve operator workstations networked with embedded microcomputers that evoke responses in field equipment directly or through analog/digital controllers. These systems employ real-time operating systems at the microcomputer level to ensure deterministic responses to time-critical input events. In some cases, systems interface with Programmable Logic Controllers (PLCs) which provide primary safety functions or support automatic staging up and down of primary systems (such as fan drives) and auxiliary systems. Firms having the specialized capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, brochures, and references. Responses shall be limited to a maximum of 5 pages, and should be submitted to NASA Langley Research Center, Industry Assistance Office, Attn: Linda P. Fitzgerald, Mail Stop 144, Hampton, VA 23681-0001, or by e-mail to l.p.fitzgerald@larc.nasa.gov. Responses must include the following: (1) name and address of firm, (b) size of business: average annual revenue for past 3 years and number of employees, (c ) ownership: Large, Small, Small Disadvantaged, 8(a), and/or Woman-Owned, (d) number of years in business, (e) two points of contact: name, title, phone, fax, and e-mail, (f) DUNS Number (if available), (g) affiliate information: Parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime), (h) a list of customers covering the past 5 years: highlight relevant work including a summary of work performed, contract number, contract type, dollar value for each customer reference and customer point of contact with phone number, and (i) interested parties should provide their company status relative to ISO 9000 compliance and/or third party registration. Technical questions should be directed to Charles E. Niles at (757) 864-6979. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in Note A . (INTERNET ONLY (Commercial product definition). This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for any information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resulting solicitation for the requirement. It is anticipated that a draft solicitation will be issued to industry for comments. The Government reserves the right to consider a small business set-aside or 8(a) set-aside based on responses hereto. The SIC code for this procurement is 8711 with a small business size standard of $2.5 million. Closing date for responses is 14 days from the date of publication of this announcement. In responding reference SS272. Any referenced numbered notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm (0253)

Loren Data Corp. http://www.ld.com (SYN# 0024 19970915\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page