Status Report

NASA Solicitation: Software Robotics and Space Systems Services SRSSS

By SpaceRef Editor
February 12, 2013
Filed under , , ,

Synopsis – Feb 08, 2013

General Information

Solicitation Number: NNJ13541712L
Posted Date: Feb 08, 2013
FedBizOpps Posted Date: Feb 08, 2013
Recovery and Reinvestment Act Action: No
Original Response Date: Feb 22, 2013
Current Response Date: Feb 22, 2013
Classification Code: A — Research and Development
NAICS Code: 541712

Contracting Office Address

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

Description

The National Aeronautics and Space Administration (NASA)/Lyndon B. Johnson Space Center (JSC) is hereby soliciting potential sources to provide Software, Robotics, and Space System Services (SRSSS) to the Software, Robotics and Simulation Division, for the purposes of producing software systems, processes and tools for Exploration Technology Programs including advanced collaborative engineering and process automation, automation and intelligent system, advanced multimodal human computer interfaces and automated avionics flight software development.

These services are required by the Software, Robotics, and Simulation Division (SRSD) at JSC. The SRSD develops and supports advanced intelligent systems and engineering analysis. SRSD also provides engineering in the areas of automation and intelligent systems as well as collaborative environments and situational awareness systems for ground and space flight applications. SRSD provides support for, International Space Station (ISS), Multipurpose Crew Vehicle (MPCV), and projects under the Advanced Exploration Systems (AES) program.

NASA/JSC anticipates the need for the requirements below as potential tasks under any solicitation that may result from this Request for Information/Sources-sought Synopsis:

1. Perform research and development in the area of Collaborative Engineering tools and processes to tailor the software development process based the organizational culture and comply/fulfill the NASA software development standards and requirements and to maximize efficiency and to streamline software product line objectives.

2. Perform research and development of software that can automate the creation of software development artifacts and integrate software development products as part of the software development process in order to streamline the software development team productivity.

3. Design, develop, test, integrate and delivery of intelligent system technologies and highly specialized custom software engineering and research development of applications and solutions for both ground and on-board for supporting the Exploration Program.

4. Develop technology to capture the system design knowledge and to exchange design artifacts with all system stakeholders using the standard framework from industry to ensure interoperability such as Extensible Markup Language (XML), XML Telemetric and Command Exchange (XTCE), State Chart XML (SCXML), and Systems Modeling Language (SysML). These human readable and computer process-able artifacts are used throughout the program lifecycle from system concepts to operational toolset.

5. Perform research and development of “Digital Double” executable models for model based system design and analysis.

6. Perform research in electronic procedure system and desktop procedure static and dynamic verification.

7. Provide detail knowledge of human spacecraft operations and interaction with spacecraft systems including capabilities and limitations, human spaceflight standards.

8. Provide detail knowledge and perform research and development in graphical user interfaces, ranging from multi Operating System (OS) mobile computing platforms, multi-screen displays based on Liquid Galaxy technology, wireless sensors data fusion, geo-location sensing, audio based interaction, speech synthesis and understanding, natural languages, multimodal interaction dialogues, as well as augmented and mixed reality.

9. Develop data fusion software to integrate various complex data sources, providing fusion of video capture streaming and mission data telemetry.

10. Develop software that leverages the latest trends in parallel computing, including small grain/general-purpose graphics processing unit (Compute Unified Device Architecture (CUDA) with General-purpose graphics processing unit (GPGPU)) and large-gain/multi-core processor architectures (Threading Building Blocks (TBB) on multi cores CPUs). These skills will be applied to computer vision algorithms, and data mining technology in order to access, organize, visualize and discover relationships in huge data sets.

11. Perform detail analysis Core Flight Software, Vehicle System Management, System Engineering, Integration and Software Engineering for the design, development and integration of avionics software system and architecture.

12. Develop Unified Modeling Language (UML), SysML based technologies and relevant tools including model exchange technology to enable automatic generation of complex flight software and operational products from the system models.

13. Perform research and development in distributed Core Flight Software to support multi-modules exploration missions.

14. Perform formal flight software development life cycle including Software Requirements Specification capture, design, integration and test, production, certification and user acceptance for flight and ground support software. Vendor must be at minimum a Capability Maturity Model Integration (CMMI) -III Organization.

Additional NASA/JSC requirements include services to provide electronic Procedure (eProc) content and an execution engine using standards such as XML and XTCE, and developing a situation awareness system using data fusion technology such as video capture streaming of Mission data with telemetry synchronization.

NASA/JSC is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for the requirements described above. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto.

The Government is attempting to determine if a competitive market exists for the requirement, so all qualified vendors with the specialized capabilities described above are encourage to respond. The Government is especially interested in gauging the capabilities of small businesses certified in the Small Business Administration’s 8(a) program to fill the requirements. Interested offerors/vendors having the required specialized capabilities to meet the above requirements should submit, in 10 pages or less, a capability statement indicating the ability of the vendor and any subcontractors, including small businesses, to perform all aspects of the effort described herein.

Interested offerors/vendors must also include the following in their response:

1) Name and address of firm;

2) Size of business;

3) Average annual revenue for past 3 years and number of employees;

4) Whether they are large, or any category of small business;

5) Number of years in business;

6) Whether they are a certified participant in the SBA 8(a) program;

7) Affiliate information: parent company, joint venture partners

8) Potential teaming partners: prime contractor (if potential sub) or subcontractors (if potential prime);

9) List of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact – address and phone number).

The Government anticipates the North American Industry Classification System code for this effort to be 541712, Research and Development Physical, Engineering, Life Sciences (except Biotechnology), which has a small business size standard of 500 employees or less.

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 the potential offeror’s responsibility to monitor these sites for the release of any solicitation or synopsis.

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 information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement.

Any questions shall be submitted, via email, to Rochelle Overstreet at rochelle.n.overstreet@nasa.gov. All responses to this synopsis shall be submitted, via email, to Rochelle Overstreet @ rochelle.n.overstreet@nasa.gov no later than February 22, 2013. Please reference “NNJ13541712L” in the subject line of any response.

Point of Contact

Name: Rochelle N Overstreet
Title: Contract Specialist
Phone: 281-483-6768
Fax: 281-483-4066
Email: rochelle.n.overstreet@nasa.gov

Name: Keith D Hutto
Title: Contracting Officer
Phone: 281-483-4165
Fax: 281-244-5331
Email: keith.d.hutto@nasa.gov

SpaceRef staff editor.