Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2008 FBO #2441
SOLICITATION NOTICE

18 -- DoD Human Exploration Payload Support (DHEP) Restatement

Notice Date
7/31/2008
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
7TF-08-0006-01
 
Point of Contact
J Chris Milburn,, Phone: (505) 846-5083
 
E-Mail Address
chris.milburn@kirtland.af.mil
 
Small Business Set-Aside
N/A
 
Description
This Presolicitation Notice is issued in parallel with notice number 7TF-08-0006 posted 8 Jul 2008. This notice clarifies the previous posting and is a restatement of that requirement. The government proposes to procure from MEI Technologies, 2525 Bay Area Blvd, Houston TX, 77058, contractor services to support the DoD Human Spaceflight Payloads Office at the Johnson Space Center. If two or more 8(a) firms are deemed capable of performing this requirement, it will be reserved as an 8(a) competitive solicitation. Capable Small Businesses are encouraged to respond to this sources sought synopsis in case, based on the evaluation of the 8(a) responses, that this acquisition is not reserved for a competitive 8(a) acquisition. Details of the requirement are included below. A Time and Materials contract type is anticipated. The period of performance will be one base year period with options for four additional one year periods. Award date is TBD. All responsible Small Businesses may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Any companies who have responded to notice 7TF-08-0006 do not need to respond to this notice. Format requirements for the Statement of Capability (SOC) are below. Joint Venture/Teaming/Subcontracting arrangements will be allowed. The NAICS size standard for 541712 is 1,000 per www.sba.gov. The Federal Supply Class/Service code is AC24 (see www.usabid.com). The DoD has a requirement for services and hardware in support of its mission to conduct research/fly payloads on the National Aeronautics and Space Administration's (NASA) Exploration Vehicles as well as other available Space Transportation Capabilities. The generic term Exploration Vehicles, is comprised of the full NASA capability to launch into and operate within the space environment, to include (but not limited to): the Space Shuttle, the International Space Station, the Automated Transfer Vehicle, Russian Launch Capabilities (i.e., Progress/Soyuz), the HII Transfer Vehicle (HTV), the Crew Exploration Vehicle, the Crew Launch Vehicle, (aka Ares/Orion) and any Commercial launch capabilities in support of human space flight/exploration or other goals. The generic term, Space Transportation Capabilities, refers to any space flight opportunities (government or commercially procured) that can be utilized to complete a DoD payload's mission objectives. Specifically the Contractor is responsible for: Program Management: Day-to-day management of the contract to include oversight of all subcontracts and interface with the DoD representatives on site and contract agencies off-site. Responsibility for execution of the contract and its various task orders with regard to technical, cost, and schedule execution. Maintaining proper staffing and skill levels and long term planning to ensure mission objectives are met and conducting regular reviews/reports of cost schedule and technical performance. Payload Element Integration: All services necessary for the successful integration of human rated payload elements onto the designated human rated space flight mission. This includes requirement definition of all payload elements, space vehicle physical and safety requirements, platform physical and safety requirements and all handling processes needed for proper maintenance of human rated spaceflight hardware. Verification/testing of all requirements to ensure they meet human-rated safety and vehicle requirements including analyses of designs, test plans and procedures. Verify that payload element will meet all mechanical, structural, load dynamic, vibro-acoustics, electrical, EMC, contamination, thermal, toxicity, and flammability requirements. Conduct mission planning analysis for manifesting and payload element assessment, including spaceflight capability/compatibility, launch windows, proximity operations, opportunity analysis, attitude and pointing studies, thermal compatibility and trajectory generation. Train crew members and flight control teams as needed to operate DoD payload elements. Maintain/enhance the DoD Payload Operations Control Center to include flight analysis tools to support mission requirements. Payload Element Operations: Plan for all pre-launch processing needed for payload elements including host base/facility regulations and processes. Conduct payload build up IAW accepted processes for human rated hardware including functional testing, interface verification, problem reporting and resolution. Turn over flight hardware to the appropriate authority. Conduct on-orbit operations support of DoD payloads as needed per the mission requirements (24x7 and or long duration lower level operations). Conduct real-time anomaly resolution, re-planning of mission activities, maintain logs and provide status reports. Recover DoD payload elements post-landing including the development of post-landing procedures as required by the host base/facility. Program Support: Maintain a technical library of applicable NASA documentation. Process and track change requests, DR, procedure changes etc. Maintain currency of spaceflight integration documentation. Provide daily maintenance, repair, and management of the DoD office LAN infrastructure. Ensure compatibility with applicable USAF and NASA policies and practices. Maintain accountability for controlled hardware items such as tools, equipment, and consumables used to support payload elements. Maintain human rated spaceflight hardware storage capability for payload elements and related test equipment for payloads of various size and complexity. Receive, clean, package, pre-ship and ship payload elements and ground equipment to and from the Johnson Space Center and experimenter sites, test sites, or launch sites as necessary. Payload Element Hardware Development and Launch Services: Acquire, design, fabricate, repair and/or replace payload element support hardware, both ground and human rated flight hardware. All hardware must be built and qualified IAW the applicable standards of the launch and operating vehicle for which it is intended to operate. This includes all analyses such as thermal and structural model development necessary to define design requirements and compatibility with specific mission requirements. This includes all requirements of payload integration as previously stated. Secure Commercial launch services from commercial providers for the launch of DoD payload elements. Manage the service contract and adhere to all applicable requirements of the service provider. Develop all needed processes, procedures, hardware needed to integrate payload elements to the commercial vehicle. Conduct integration of payload elements to Expendable Launch Vehicles secured by the US Government. This includes all related integration requirements as well as any interface hardware required. Statement of Capability: Responsible Small Businesses may submit a SOC that shall be considered by the Government. The SOC should address knowledge, capability, and experience related to the requirements stated above. Specifically the areas of integration of human-rated payloads on man-rated vehicles such as the Shuttle, the International Space Station (internal and external) and related resupply vehicles such as the ATV, HTV, and Progress. Also, the SOC should the areas of analyses, development, and qualification of man-rated spaceflight hardware including transition of such hardware already in development and facilities to build such hardware. Address NASA man-rated safety process/requirements knowledge, capability, and experience, facilities available to store and process flight hardware and the ability to handle classified (SECRET) material; and successful management of similar programs in the last five years. The SOC must state certified socio-economic categories for which the firm is eligible and date of expiration if applicable. The capability statement shall be limited to 10 pages, single-spaced, 12-point font, Times New Roman, and sent via electronic means to the POC listed above. Please include a point of contact, telephone, fax and e-mail address. All information submitted in response to this announcement shall be received no later than 4:00 P.M. Central Time, 15 calendar days from the date of posting of this announcement. This pre-solicitation is for market research and is not a request for proposal (RFP), and is not construed as a commitment by the Government to issue a solicitation or ultimately award a contract. If a contract is awarded it will be awarded and administered through the General Services Administration (GSA) Federal Technology Service (FTS) 7T-6 Southwest Texas. SOC responses are for market research only. Any costs incurred as a result of this announcement shall be borne by the firm and will not be charged to the Government for reimbursement. Industry Day for 8(a) Companies: Based on the response to this announcement and/or 7TF-08-0006, and/or specific interest from 8(a) concerns, an Industry Day will be conducted. This will allow interested 8(a) firms to directly interface with Government personnel on the requirement identified in this announcement. The Industry Day will be held at the Johnson Space Center in Houston TX, details of the time and date will be provided at a future time.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6b1b0c72db1b7c529e961058b1eaddd6&tab=core&_cview=1)
 
Place of Performance
Address: Johnson Space Center, Houston, Texas, 77058, United States
Zip Code: 77058
 
Record
SN01628050-W 20080802/080731223318-6b1b0c72db1b7c529e961058b1eaddd6 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.