Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

16--LOW MASS MODULAR DEVELOPMENT FLIGHT INSTRUMENTATION SYSTEMS

Solicitation Number: FL-1
Agency: National Aeronautics and Space Administration
Office: Dryden Flight Research Center
Location: Office of Procurement
  • Print
:
FL-1
:
Sources Sought
:
Added: Nov 24, 2008 1:56 pm Modified: Jan 06, 2009 11:10 amTrack Changes
This is a modification to the synopsis entitled FL-1 which was posted on11/24/2008. You are notified that the following changes are made: extend the responsedate, additional contact information, and change in the format of the body of thesynopsis.The due date for responses is extended.Documents related to this procurement will be available over the Internet. Thesedocuments will reside on a World Wide Web (WWW) server, which may be accessed using a WWWbrowser application. The Internet site, or URL, for the NASA/DFRC Business Opportunitieshome page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=24 Offerors are responsible for monitoring this site for the release of the solicitation andany amendments. Potential offerors are responsible for downloading their own copy ofthe solicitation and amendments (if any).DescriptionNASA DFRC, in support of the Agency's human spaceflight programs would like to increasethe Agency's non-critical measurement data per pound and, based on previous programexperiences, improve the flexibility to upgrade, add to or modify instrumentationsystems. NASA intends to become better aware of emerging technologies and architecturesfor human space vehicle flight test and instrumentation for non-critical purposes. This RFI is intended to identify Low Mass Modular Development Flight InstrumentationSystems (LMMDS) that can provide the capability to optimize the number and quality ofmeasurements made per flight at a reduced life cycle cost as compared to conventionaldata gathering systems.The LMMDS RFI intends to collect information (public and proprietary) on low mass, highlymodular, non-critical flight data gathering and processing technology that could beintegrated into upcoming development tests as well as the operations of future spacevehicles.Development Flight Instrumentation Systems (DFI), as referred to in this RFI, are systemsintended to collect data which is primarily intended for validation of vehicle systems,environments and operations and models/assessments of them. DFI data may be relied onfor critical analyses/decisions for future flight tests and missions but will not be useddirectly for critical decisions on the mission they fly on. DFI systems may also bethought of as precursor/prototype systems and their mission performance a validation ortechnology readiness level step towards the system use in more critical applications. Top-level goals, constraints, assumptions and needs:System Performance Goals:- Maximize total useable data return for validation of vehicle, environment & ops. - Minimize total mass and size required to make non-critical measurements. - Minimize need for power, active cooling, comm or other vehicle resources.- Minimize integration and operations, unique mods. installation and checkout. - Minimize ground installation/servicing and mission operations required. - Minimize life-cycle costs compared to conventional measurement systems. - Maximize measurement system responsiveness, modularity, interoperability.- Minimize effort to establish RF, EMI and EMC certification for flight. - Minimize reliance on single vendors by the use of common standards. - Minimize need for data transfer and vehicle data storage provisions. - Maximize reliability/probability of obtaining the desired data. - Minimize impact to vehicle/crew safety, reliability and mission success.Constraints:- System/components have very wide scope of capability and application, but mustmeet the functional and environmental requirements uniquely specified for the installedlocation and ground/mission operations period of measurement. For example, missionduration can be of up to 210 days on orbit.- Systems must accommodate launch date/window changes. As a target, use up to 4delays over a 3 month period without servicing.- Launch pad operations must be limited to off-vehicle RF communications atscheduled points.- Installation/checkout must be performed in parallel with critical path vehicleflow.- System components, elements and sensors must be located where access is availablefor installation/ground turnaround- Sensors/measurement systems must meet or exceed data user requirements forcalibration, accuracy, resolution, data rates, etc.- System/measurements restricted to Criticality 3 uses for mission in flow.- Systems will not require active cooling or cold plate.Assumptions:- Vehicle will provide a secondary, non-critical bus that provides:- Standard interfaces for vehicle power (if needed by LMMDS subsystem/components)- Two-way data/file transfer/interface (as needed for particularmeasurements/operations)- Interfaces for ground operations/testing- Physical access to the bus access points for attachment - Standard physical interfaces will be provided for attachment of severalindependent systems/subsystems at the bus interface points- Limited opportunity for data storage on the central instrumentation system- Wireless LAN exists for non-critical applications on vehicle pressurized cabin- Vehicle will provide necessary data link from expendable to recoverable vehicle sections or else there will be a tie to a down-link on the expendable- LMMDS will be certified to be Criticality 3- Safety Approvals will follow the CSERP (Cx Safety & Engineering Review Panel)process.- Real time Uplink-Downlink is possible, but not without significant justification- For most applications, nominal operation will not involve real time uplink ordownlink- Sensors must be approved by the stake-holder organization(s) as adequate,reliable and comparable to standard calibrated sensors- Measured data may be stored minimize data transfer is optimal to reducecomplexity and error.Satisfying a Wide Range of Needs:The following section is included to convey that NASA is not looking for a "one size fitsall" system, but rather a suite of compatible systems that range from the very simplestarchitecture to the very sophisticated smart sensors. It should be noted that we are notlimiting the investigation to those systems containing wireless communications, butrather those that accomplish as many of the Goals within the Constraints and Assumptionslisted. - Sensor Applications: - Vehicle systems/structure- Environments- Crew/Ops- Flight Tests/Payloads/possibly experiments - System Growth:- Capability to increase the number of sensors or system applications- Sensor installation interfaces:- From Non/Velcro to Bond-on/Imbedded- Sample Rates:- From very high to very low- Mission Data transmit needs:- None to very high (short bursts) - DAQ Complexity:- Continuous sample-store to Triggered/Scheduled/Commanded- Data will have to be recorded either by LMMDS or through interface with vehiclerecording capability - DAQ Types Supported:- Passive Tag interrogators to multi-channel systems with synchronization providedby the network of DAQ/Loggers themselves -integrated with or separate from the vehicle- Sensor type:- From sensors that could be matured for use in safety critical applications (likeMMOD) to sensors that could support science experiments- Data Processing/Reduction:- From none to summary data files to answers at the DAQ- Data Synchronization:- Data from LMMDS will be time synchronized as needed- System life: - Ranges from short (e.g. prelaunch/launch events) to long (e.g. contaminationsensing over the life of the vehicle)Technology ObjectivesThis RFI intends to collect information on a variety of applicable technologies, thefollowing list shows some examples of these technologies, but is by no means intended tobe an exhaustive list. (1) Micro-size and minimum weight, including connectivity. (2) Very low power, low maintenance, long-life between servicing. (3) Least number of wires/connectors required, including wireless or no connectivity.(4) Minimum integration and operations to achieve for modularity.(5) Smart DAQs with User Specifiable calibration, scheduled and even-triggered modes. (6) Smart DAQs with Processing/Storage allowing reduction of total data transfer. (7) Robust/Secure Wireless networking and synchronization between DAQs and evenbetween sensor and DAQ.(8) Plug-and-play wireless interoperability.(9) Plug-and-play DAQ to avionics integration.(10) Open architecture standards to promote multiple vendors with competitivesolutions.(11) Wide variety of data acquisition rates V 1 sample per hour to 1 megasample/sec(12) Robustness with respect to projected environments. (13) Wide variety of sensor types, including: temperature, dynamic and quasi-staticacceleration, dynamic and static strain, absolute and dynamic pressure, high rateacoustic pressure, calorimeters, dosimeters, radiometers, shock, air flow, varioushand-held sensors etc. Clarifications:"Criticality 3" systems [as defined in CxP 70043, Constellation Program Hardware FailureModes and Effects Analysis and Critical Items List (FMEA/CIL) Methodology]- System nominal installation/operations do not impact the vehicle, flight crew orground operations safety.- System failure modes and hazards do not impact the vehicle, flight crew or groundoperations safety, or adequate verifiable controls are in place. - System sensors and components are designed for nominal operational andnon-operational environments as assessed for their installed locations according to userneeds.- Systems/sensors do not necessarily need to operate through all flight regimes(e.g., some sensors may only need to operate on ascent, while others may only need tooperate on orbit; etc.)- Systems do not have to survive off-nominal natural or induced environments suchas hard landings, condensation or lightning strike. - System/sensor reliability, redundancy and end-to-end quality of service isconsistent with comparable "Criticality 3" systems.- Systems are certified to workmanship standards and parts evaluation results inwarnings and recommendations, not mandated changes unless safety is a concern. "Life Cycle Costs" include expenses incurred from system connectivity as well as thequantity and complexity of the system. For example, the cost of cabling must address thedesign and installation costs, as well as the maintenance and operation (mass to space)costs; and the costs associated with limited flexibility to grow (the cost of thecomplexity or difficulty of adding, removing or replacing measurements). Costs to theprogram from not obtaining data are real as well, many of these costs are minimized bymeeting the Goals and Constraints of the system as specified above. This RFI is for information, acquisition and development planning purposes only and isnot to be construed as a commitment by the Government to enter into a contractualagreement, nor will the Government pay for the information requested. This is NOT a request for proposals or notice of solicitation - no solicitation relatedto this RFI currently exists. Should a solicitation be released in the future, it will besynopsized in FedBizOpps and on the NASA Acquisition Internet Service.Depending upon the responses received to this RFI, NASA may consider additional follow upwith respondents if needed to clarify or obtain additional information. It is notNASAs intent to publicly disclose proprietary information obtained during this RFI. Tothe full extent that it is protected pursuant to the Freedom of Information Act and otherlaws and regulations, information identified by a respondent as Proprietary orConfidential will be treated as such. Therefore, all information provided should beclearly labeled public or proprietary.Requested Information Responses to this RFI shall be in the form of a PDF document thatis emailed to the Point of Contact provided below. Responses should not exceed ten (10)pages in length and must contain the following information:1. Name of respondent and contact information (institutional affiliation, emailaddress, phone number)2. Capabilities and qualifications statement that explaining the respondentsability to satisfy the above stated performance goals, while addressing the above statedconstraints and assumptions.3. Detailed description of what equipment or system architecture can satisfy theperformance goals4. The current status of the systems, capabilities, etc., their development historyand any proprietary or other restrictions regarding their use and/or subsequentdistribution.No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sites forthe release of any solicitation or synopsis.Vendors having the capabilities necessary to meet or exceed the stated goals are invitedto submit appropriate documentation, literature, brochures, and references. Technical questions should be directed to: Mauricio Rivas, 661-276-3678; Email: Mauricio.A.Rivas@nasa.govOr George Studor, 763-208-9283Email: George.F.Studor@nasa.govProcurement related questions should be directed to: Rosalia Toberman, 661-276-3931; Email: Rosalia.Toberman@nasa.govThis synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited.Respondents will not be notified of the results of the evaluation. Respondents deemedfully qualified will be considered in any resultant solicitation for the requirement. TheGovernment reserves the right to consider a small business or 8(a) set-aside based onresponses hereto. All responses shall be submitted to Mauricio Rivas at Mauricio.A.Rivas@nasa.gov no laterthan January 30, 2009. Please reference RFI-FL-01 in any response. Any referenced notes may be viewed at the following URLs linked below.
:
NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
:
Mauricio Rivas, Constellation Program, Phone 661-276-3678, Fax 661-276-2243, Email Mauricio.A.Rivas@nasa.gov - George Studor, Constellation Progam, Phone 763-208-9283, Fax 281-415-3986, Email George.F.Studor@nasa.gov

Mauricio Rivas