Status Report

NASA Solicitation; Increase to Guidance Navigation and Control and Integrated Avionics Systems

By SpaceRef Editor
October 6, 2008
Filed under , , ,
NASA Solicitation; Increase to Guidance Navigation and Control and Integrated Avionics Systems

Synopsis – Oct 06, 2008

General Information

Solicitation Number: N/A
Reference Number: NNJ06HC37C
Posted Date: Oct 06, 2008
FedBizOpps Posted Date: Oct 06, 2008
Original Response Date: Oct 21, 2008
Current Response Date: Oct 21, 2008
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: BH

Description

NASA/JSC has a requirement for engineering development and associated analysis activities within the areas of guidance, navigation, and control (GN&C) systems and integrated avionics systems. The support required includes GN&C effort for the Orion and Autonomous Landing and Hazard Avoidance Technology (ALHAT) Projects, and consists of Crew Exploration Vehicle (CEV) Rendezvous, Proximity Operations and Docking, CEV Deorbit and Entry Guidance, CEV Integrated GN&C Design Requirements and Fault Detection, Isolation and Recovery, CEV Flight Control Development and Analysis, Linear Covariance (LinCov) Analysis, Systems Engineering Co-Lead for ALHAT, and Autonomous Flight Manager (AFM) and GN&C Software Development and Integration. These activities will support two near-term Orion Project milestones, Preliminary Design Review (PDR) scheduled for 1QFY09, and Critical Design Review (CDR) scheduled for 3QFY10. These activities also support the maturation of an autonomous lunar landing GN&C and sensing system for the ALHAT Project to Technical Readiness Level (TRL) 6 in support of the Altair Project PDR.

NASA/JSC intends to purchase these services from the Charles Stark Draper Laboratory, Inc. (Draper) through an increase to the current Indefinite Delivery Indefinite Quantity (IDIQ) ceiling of $18.9 million under contract NNJ06HC37C. The estimated value of the increase is $7 million which increases the total ceiling to $25.9 million. The end date for this contract is September 30, 2010.

The CEV to ISS proximity navigation designs are largely derived from the Shuttle to ISS experience. Contractor personnel who were key contributors to the development and maintenance of the Shuttle capability are making core contributions to the definition of the algorithms and development of requirements for the CEV. The ISS rendezvous guidance design being implemented on CEV is a dual co-elliptic approach developed and analyzed by the contractor. The contractor is responsible for the algorithm design and is contributing to the CEV implementation and analysis. The contractor is also supporting the development, refinement, and understanding of the rendezvous guidance algorithms being implemented on CEV. Draper has developed an embedded MATLAB prototype of the deorbit guidance and has integrated it into NASA and prime contractor simulations. Draper’s familiarity with the algorithms and prototype are critical to the on-time delivery of the deorbit guidance flight software artifacts. Draper is also developing the Entry Guidance algorithms and architecture for CEV. Under this contract, Draper has been working as the lead for developing and integrating the AFM and GN&C software for powered descent and landing as part of the ALHAT Project. Draper is also responsible for supporting systems engineering documentation, development and technological maturation of an integrated, autonomous lunar landing GN&C and sensing system to support crewed, cargo and robotic lunar landing in support of the Constellation Program (CxP). Draper is currently performing the above work under this contract and has the critical knowledge to help achieve the Orion Project’s PDR and CDR on schedule.

The statutory authority permitting other than full and open competition for this action falls within Federal Acquisition Regulation (FAR) 6.302-1 (a) (2) (iii), “Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements,” pursuant to 10 U.S.C. 2304(c) (1) and 10 U.S.C. 2304(d) (1) (B), services may be deemed to be available from only one source for the continued provision of highly-specialized services when it is likely that award to any other source would result in unacceptable delays in fulfilling the Agency’s requirements.

The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26.

Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 4:30 p.m. local time on October 21, 2008. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government.

Oral communications are not acceptable in response to this notice.

All responsible sources may submit an offer which shall be considered by the agency.

An Ombudsman has been appointed. See NASA Specific Note “B”. Any referenced notes may be viewed at the following URLs linked below.

Point of Contact

Name: Patricia D Avery-Bangert
Title: Contract Specialist
Phone: 281-483-3916
Fax: 281-244-0995
Email: Patricia.D.Avery-Bangert@nasa.gov

Name: Cynthia W. Maclean
Title: Contract Officer
Phone: 281-244-5903
Fax: 281-483-4066
Email: cynthia.w.maclean@nasa.gov

SpaceRef staff editor.