Status Report

NASA JSC Solicitation: Constellation Program Design for Operations Request for Information

By SpaceRef Editor
December 8, 2006
Filed under , , ,
NASA JSC Solicitation: Constellation Program Design for Operations Request for Information
http://images.spaceref.com/news/corplogos/cots.jpg

Synopsis – Dec 06, 2006

General Information

Solicitation Number: N/A
Reference Number: BT-CPDO-RFI
Posted Date: Dec 06, 2006
FedBizOpps Posted Date: Dec 06, 2006
Original Response Date: Jan 26, 2007
Current Response Date: Jan 26, 2007
Classification Code: A — Research and Development
NAICS Code: 541330 – Engineering Services

Contracting Office Address

NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BT

Description

This notice is issued by the National Aeronautics and Space Administration (NASA) Lyndon B. Johnson Space Center (JSC) to post a Request for Information (RFI) via the internet and to solicit information from Industry.

This document is for information and planning purposes only, and is intended to allow industry the opportunity to verify reasonableness and feasibility of requirement, as well as to promote competition decisions.

This RFI does not constitute a commitment, implied or otherwise, that NASA will take procurement action on this matter. Further, neither NASA nor the Government will be responsible for any cost incurred in furnishing this information. NASA invites you to submit a response to this RFI, to assist in developing evaluation criteria, tools, and process modeling, optimization and integration techniques to identify and compare alternative system designs, operations processes, and process implementations that result in low cost operations and sustaining engineering of developed capabilities for the Constellation Program.

NASA recognizes that a high priority must be given to system designs and integrated processes that enhance, simplify, and streamline the operations of the Program. To this end, emphasis will be placed on integrating, refining and redefining end-to-end processes, from manufacturing/integration/test through pre-launch processing, launch operations, mission operations, recovery and refurbishment, and finally disposal of human-rated space vehicles. NASA will be developing tools, models and simulations to evaluate integrated processes and analyze them for potential efficiencies and savings. Of particular importance will be the ability to identify and quantify those underlying processes and aspects of the system design that contribute disproportionately to the overall life cycle cost. The results of these modeling and analysis activities may drive changes in the system(s) design, the processes, and/or the process flow designs to realize maximum life cycle benefits for the Government. Any such changes will need practical strategies for implementing new requirements within the existing contracts.

The ‘life cycle process flow’ needs to be designed, modeled, analyzed, reviewed and improved just as systematically as the flight hardware and software design. The ‘life cycle process flow’ should be addressed as an integrated set, such that essential trades between the designs of flight hardware and software, and the designs of the end-to-end operations processes lead to the lowest life cycle cost solution for the overall Program, rather than a process that is optimized for only one Project or phase of the Program. This iterative assessment/refinement cycle must begin early in the Program life cycle allowing the opportunity to make changes that could provide substantial benefits to the Program before the design and development cycle matures to a point where it is no longer cost effective to implement changes.

NASA recognizes the advances of industry in achieving synergistic process and product designs that minimize life cycle cost. Today’s techniques for modeling and optimizing processes, using discrete event simulation, state-of-practice process engineering, data modeling, and other techniques/tools to establish an early, virtually-distributed multi-systems integration capability among implementing projects provide a tremendous advantage and opportunity over prior generations in addressing this important area.

The specific objective of this RFI is to request information on the full scope of activities, tools, models, and evaluation criteria used to optimize integrated processes in order to improve the long-term operability and life-cycle affordability of the overall Constellation Program. Responses are requested to any or all of the following topics:

1. Based on industry experience, which program/project milestones are best associated with the planning of which parts to manufacturing, test, integration, operation and sustainment (engineering and logistics)? What should the maturity level be for the manufacturing, test, integration, operation and sustainment plans, requirements and designs at each of the program/project milestones?

2. What is the present state-of-the-art in process modeling and simulation (M&S), as well as the associated tools that can, or should, be applied to this task?

3. What are the key observable/measurable characteristics of an operations-optimized program consisting of multiple interacting systems, and how are these characteristics best captured in models and assessment tools, requirements, and figures-of-merit?

4. What are the key considerations in determining the condition, location, and timing of handover from one organization to another for continued processing or for higher indentured integration?

5. How are the perceptiveness and effectiveness of tests in different configurations, environments, and levels of indenture used to influence optimization of manufacturing and integration flow?

6. To what degree is data architecture (the collection and control of information related to the product line build records, acceptance, testing, integration, quality assurance, verification, problem reporting, flight history, mission-specific attributes and conditions, etc.) key to minimizing lifecycle cost? Are there preferred best practices or approaches to data architecture that can best assure a successful outcome?

7. Who uses what data in operations-optimized recurring launch and flight operations? Relate data architecture approaches (see 6 above) to these user needs.

8. Ways to promote and encourage development of productive relationships among the Constellation Program Prime Contractors are requested. (Orion – Lockheed Martin; CLV 1st Stage – ATK Thiokol; CLV Upper Stage Engine – Pratt Whitney Rocketdyne; Upper Stage – NASA as design agent and a to-be-determined production contractor)

NASA is requesting information that responds to any or all of the above topics. Additionally, responses must include the following: name and address of firm; size of business; average annual revenue for past 3 years and number of employees; ownership; and whether they are large, small, small disadvantaged, 8(a), HUBZone, woman-owned, veteran owned, and/or service disabled veteran owned.

All information received in response to this RFI that is marked Proprietary will be handled and protected accordingly. NASA will likely provide Proprietary information to its support service contractors who are under an obligation to keep third-party Proprietary information in confidence. By submitting a response to this RFI, the responder is deemed to have consented to release of Proprietary information to such NASA support service contractors.

All responses received will be evaluated and considered for inclusion in a resultant action should an action be warranted by NASA. However, NASA makes no commitment to include any particular recommendation into such an action. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is Industry’s responsibility to monitor these sites for the release of any solicitation or synopsis. Responses to this RFI will not be returned.

Final responses to this RFI are due by Friday, January 26, 2007, to Ms. Tiffany Meadows by one of the following methods:

Email: tiffany.meadows-1@nasa.gov (preferred method) Fax: 281-483-0503 Mail: NASA Johnson Space Center Attn: BT/Tiffany Meadows 2101 NASA Parkway Houston, TX 77058.

Additionally, advance notification of intent to submit a response to this RFI is requested via email to Ms. Meadows by Tuesday, January 16, 2007. All questions regarding technical content of this RFI should be forwarded via email to Ms. Susan Mauzy at susan.e.mauzy@nasa.gov.

Please reference “BT-CPDO-RFI” in all correspondence and submittals.

Point of Contact

Name: Tiffany Meadows
Title: Contract Specialist
Phone: (281) 483-8228
Fax: (281) 483-0503
Email: tiffany.meadows-1@nasa.gov

Name: Keith D. Hutto
Title: Contracting Officer
Phone: (281) 483-4165
Fax: (281) 483-0503
Email: keith.d.hutto@nasa.gov

SpaceRef staff editor.