Skip to content Login
NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

FLIGHT CRITICAL SYSTEMS RESEARCH (FCSR)


Synopsis - May 20, 2004

General Information
Solicitation Number: N/A
Reference Number: LCG-FCSR
Posted Date: May 20, 2004
FedBizOpps Posted Date: May 20, 2004
Original Response Date: Jun 03, 2004
Current Response Date: Jun 03, 2004
Classification Code: A -- Research and Development
NAICS Code: 541710 - Research and Development in the Physical, Engineering, and Life Sciences

Contracting Office Address
 
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

Description
 
NASA Langley Research Center (LaRC) is hereby soliciting information for potential sources for Flight Critical Systems Research (FCSR). This requirement is a follow-on to contracts: NAS1-00105 with ARINC Incorporated, NAS1-00106 with The Boeing Company, NAS1-00107 with Honeywell Technology Center, and NAS1-00108 with Rannoch Corporation. The purpose of this requirement is to conduct basic and applied research, technology development, systems analyses, and systems integration in avionics systems critical to flight management.

Potential sources are sought capable of conducting research in the following areas:

I) Flight Dynamics, Guidance, and Control: Includes development of technologies that enhance the ability of the flight crew to respond correctly when critical system or component failures occur; that would prevent related occurrences of loss of control in flight; that enable automated responses to mitigate controlled flight into terrain; and that reduce the pilot workload associated with maintaining safe flight. II) Crew Systems and Aviation Operations: Includes development of technologies and methods that provide real-time information, electronically, to flight crews to improve their situation awareness; communication, navigation, and surveillance infrastructure technologies required to acquire, process, and disseminate situation awareness information; and development of technologies and methods aimed at increasing the situation awareness of air traffic controllers. III) Reliable Avionics Systems: Includes contribution to the prevention and reduction of malfunctions and failures in aircraft systems and components by developing the design and assessment tools to produce systems that reduce the pilot workload associated with safe flight under system and component failures, and to prevent related occurrences of controlled flight into terrain (CFIT). Also includes investigation of the integration and validation of existing and future sensing/processing technologies to better aid in vehicle-wide health monitoring. IV) Flight Critical Systems Analysis and Integration: Includes performance of systems engineering in support of novel flight critical systems analysis and development from research concept through simulation and test to flight experiment.

One of the main functions of this synopsis is to assist the Center in determining whether a Small Business Set-aside is an acceptable strategy for this procurement. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. All qualified firms are encouraged to respond. The NAICS Code for this procurement is 541710, and the size standard under this code is 1,500 Employees (Not to Exceed). Furthermore, the Government is also considering whether to procure the required Flight Critical Systems Research through the solicitation and award of Multiple-Award Blanket Purchase Agreements (BPAs) issued against GSA schedule contracts.

Firms having the required specialized capabilities in part or in all of the above requirements should submit a capability statement of 7 pages or less documenting their ability and past experience in performing similar efforts as described above. It is requested that the following be included: name and address of firm; size of business (number of employees); average annual revenue for past 3 years; whether large, small, small disadvantaged, 8(a), HUBZone, veteran and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); GSA Contract # and pertaining SIN #s if applicable; an indication and explanation of whether or not your firm would pursue a GSA Schedule Contract Award if it is determined to procure the FCSR requirement through Multiple-Award BPAs issued against GSA Schedule Contracts; list of relevant work performed in the past five years, including contract numbers, technical description, contract type, dollar value of each procurement, and point of contact address and phone number. Please indicate if you intend to submit an offer, and if so, as a prime or sub-contractor. All statements must be in font size 12 and are due by June 3, 2004.

Technical questions should be directed to Mike Goode at 757-864-6685 or email: Plesent.W.Goode@nasa.gov. Procurement related questions should be directed to Krista Y. Jensen at 757-864-2812 or email: Krista.Y.Jensen@nasa.gov.

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.

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.

Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101.

The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to NASA Langley Research Center, Attn: Krista Y. Jensen, Mail Stop 126, Hampton, VA 23681 or by email Krista.Y.Jensen@nasa.gov. Please reference LCG-FCSR in any response. Any referenced notes may be viewed at the following URLs linked below.


Point of Contact
Name:Krista Y Jensen
Title:Contract Specialist
Phone:(757) 864-2812
Fax:(757) 864-7709
Email:Krista.Y.Jensen@nasa.gov

Name:C. Tom Weih
Title:Contract Specialist
Phone:(757) 864-3878
Fax:(757) 864-8863
Email: Carl.T.Weih@nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at:
NASA Insignia Owner: Ron Crider | Technical Support | Section 508 Compliant
Last revised: June 09, 2004 by DLE