Status Report

NASA solicitation: MarsFlight Software Development

By SpaceRef Editor
February 5, 2005
Filed under , ,

Design and Reference Document 01 – Posted on Feb 04, 2005

General Information

Document Type: Combine Solicitation
Solicitation Number: NNC05ZXN010L
Posted Date: Feb 04, 2005
Original Response Date: Feb 25, 2005
Current Response Date: Feb 25, 2005
Original Archive Date: Feb 04, 2006
Current Archive Date: Feb 04, 2006
Classification Code: U — Education & training services
Naics Code: 541511 — Custom Computer Programming Services

Contracting Office Address

NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

Description

NASA/GRC has a requirement for Educational Software Development. This notice is being issued as a Request for Offer (RFO) for educational software development. The software to be developed is MarsFlight. MarsFlight will enable users to fly a Mars Airplane near the surface of Mars to collect data on the Magnetic field that they can print out and analyze following the completion of their mission. Users will be able to select one of two modes of operation ‘ a flight test mode where they can interactively fly the craft using a flight stick, and an autonomous mode where they can select waypoints and altitude to direct the craft where to fly autonomously. MarsFlight shall be designed to support two different display configurations ‘ one using a single screen with three windows for home or classroom use, and another using three separate displays (One window on each display) to support a NASA exhibit or other museum exhibit. MarsFlight will provide ultra realistic scenery of the surface of Mars, special effects, sound, an authentic Mars Airplane flight model, graphic feedback and display panels, and educational curriculum to deliver a unique and inspiring visual experience. This software will be widely distributed by NASA Glenn Research Center, through the internet or by CD for educational purposes therefore unlimited rights are required by NASA. This notice is a combined synopsis/solicitation for commercial item(s) prepared in accordance with the format in FAR part 12, as supplemented with additional information included in this notice. This procurement is being conducted under the Simplified Acquisition Procedures (SAP) set forth in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

The proposal shall be as follows:

Tasks: Proposals shall contain each of the items listed below in the order indicated.   

1. Company Profile      

  • Company Name
  • Location of office
  • Number of Employees
  • Name/telephone number of company’s point of contact for contract resulting from this RFP
  • Company background/history and why company is qualified to provide the services described in this RFP
  • Resumes for key staff to be responsible for performance of any contract resulting from this RFP

2. MarsFlight Development Plan; including a Timeline for Phase I and Phase II            Deliverables as specified in the Design and Reference Document. (NOTE: NASA     will provide 3-D models and animations for MarsFlight).

– Phase I Deliverable: Interactive MarsFlight Simulation compatible with NASA Exhibit as stated in the Design and Reference Document (attached hereto)

  • Shall be completed for beta testing/demonstration no later than May 20, 2005
  • Incorporate introductory MarsFlight animation
  • Realistic Flight Dynamics which represents a Mars Airplane in flight within the Mars environment
  • Controlled by users (using a USB joystick)
  • Mars Airplane remote video camera that users can control using a mouse/trackball and view on a monitor
  • Implement onboard and trail viewpoints
  • ‘static’ images on the lower-left and lower right displays
  • Statistics display to provide feedback to the user upon completion of their flight
  • Usage counter to count the number of times the simulation is run each day and store in a data file
  • PC Windows XP/2000+ platform compatible

– Phase II Deliverable, Option 1: Enhanced Interactive and Autonomous MarsFlight Simulation compatible with NASA Exhibit and Home/Classroom computers as stated in the Design and Reference Document. The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 12 months after delivery of Phase I. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.

  • Shall be completed for beta testing no later than April 1, 2006 (if awarded concurrently, otherwise the date will be negotiated)
  • Replace the lower-left static display developed during phase 1 with the dynamic topographic/atmospheric density display
  • Replace the lower-right static display developed during phase 1 with the dynamic graphic Mars Airplane systems status display
  • Add an autonomous Mars Airplane Simulation       
  • User ability to select an atmospheric entry point for an Interactive flight, and to select waypoints for flying an autonomous mission.
  • MarsFlight Entry ellipse display
  • Ability to acquire and display magnetic field data for Mars.
  • MarsFlight Demo mode
  • Macintosh OS-X and PC/Windows XP/2000+ Compatible
  • Complete requirements as stated in the Design and Reference Document

3. Budget Proposal; As a minimum the budget proposal shall include the fixed price for each phase with a breakdown of proposed labor hours, indirect costs, other direct costs and proposed profit. Note that Phase II is an option that the Government may exercise at any time with in 12 months after delivery of Phase I.

4. Software License Agreement; The Government requires unlimited use of this software. The Government will be distributing MarsFlight widely for educational purposes. -Offerors shall include information verifying that the purposed license agreement meets these requirements.

Evaluation Criteria: The attached Design and Reference Document shall be used as a guiding tool in the development of MarsFlight; however proposals will be evaluated based on merit using the following criteria:

1. Management and Development Approach (30%) Offerors shall have an established business engaged in the management of visual interactive and immersive simulation development. The Offeror shall address their approach, methodology, and overall plan for accomplishing the Statement of Work (SOW) in accordance with the attached Design & Reference Document. The Offeror shall describe their approach to effectively develop the MarsFlight software, including a timeline of their plan to meet deliverable deadlines.

2. Software Functionality and Compatibility (30%) Offerors shall demonstrate the ability to meet software design standards and system requirements as stated in the Design and Reference Document see 3.0 Development Requirements and Standards. Offerors shall demonstrate an appreciation and understanding of developing educational software simulations.

3. Experience (20%) The Offeror shall demonstrate that during the past three years they have provided interactive and immersive simulation development services that are similar to the services described in the SOW within this solicitation. A list of similar contracts shall be included along with customer contact information for the referenced past experience.

4. Price (20%) Best Value Selection (BVS) evaluation is based on the premise that, if all offers are of approximately equal qualitative merit, award will be made to the Offeror with the lowest evaluated price. However, the Government will consider awarding to an offer or with higher qualitative merit if the difference in price is commensurate with added value. Conversely, the Government will consider making award to an Offeror whose offer has lower qualitative merit if the price differential between it and other offers warrant doing so. Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).

Delivery shall be FOB Destination to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland OH 44135. (Attn: W. T. Dedula M/S 7-4) Offers for the item(s) described above are due by February 25, 2005, 4:30p.m. GRC local time and may be mailed to NASA Glenn Research Center, 21000 Brookpark Road, MS 500-305, Cleveland, OH 44135, and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), Cage Code, taxpayer identification number (TIN) and other Representations and Certifications (52.212-3), identification of any special commercial terms, description of items offered per FAR 52.212-1-Instructions to Offerors-Commercial Items and as modified, and be signed by an authorized company representative. A copy of a published price list, catalog price or computer page printout showing the price for requested items may also be included if desired. (Note: the Contracting Officer may request this information if only 1 source provides a proposal). Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form. This form may be obtained via the internet at URL: Informed : ftp://ftp.hq.nasa.gov/forms/form/sf1449.itp   PDF : ftp://ftp.hq.nasa.gov/forms/pdf/sf1449.pdf   Faxed offers are not acceptable due to the required information of 52.212-1. Offerors shall provide the information required by FAR 52.212-1 as amended and the following: 52.212-1 (b) amendment: All offerors shall include full and complete product specifications including technical specifications on all components. Offerors shall also include a list of at least three (3) recent sales of identical or similar equipment, including contact information for the customer, so the Government can verify past performance. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled “Buy American Act — Supplies,” the Offerors shall so state and shall list the country of origin.

Offerors must provide a completed copy of 52.212-3, Offeror Representation and Certifications – Commercial Items with their quote. FAR 52.2l2-3 may be obtained via the internet at URL:   http://www.grc.nasa.gov/WWW/Procure/rforms.html     FAR 52.212-4 (Feb 2002), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (Apr 2003), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is applicable. FAR 52.217-5 (July 1990) Evaluation of Options is applicable. FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item is applicable. The FAR may be obtained via the Internet at URL: (Including referenced clauses) http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm    

Questions regarding this acquisition must be submitted in writing no later than February 11, 2005. Telephone questions will NOT be accepted. Prospective quoters shall notify this office of their intent to submit a quotation. Ombudsman has been appointed — See NASA Specific Note “B”. It is the offeror’s responsibility to monitor the following Internet site for the release of solicitation amendments (if any) and for downloading their own copy of this combination synopsis/solicitation and amendments   http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi’gr=C&pin=22 Any referenced notes can be viewed at the following URL:   http://genesis.gsfc.nasa.gov/nasanote.html        

The specifications and drawings are linked above or may be accessed at http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi’gr=C&pin=. ]

Point of Contact

Melissa A Merrill, Contract Specialist, Phone (216) 433-6359, Fax (216) 433-5489, Email Melissa.A.Merrill@nasa.gov

Email your questions to Melissa A Merrill at Melissa.A.Merrill@nasa.gov

SpaceRef staff editor.