Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2011 FBO #3473
SOURCES SOUGHT

14 -- Request For Information on Launch Services for Nano-Satellites

Notice Date
5/27/2011
 
Notice Type
Sources Sought
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, Office of the Secretary of Defense, Operationally Responsive Space Office, 1670 Air Force Pentagon Room MD777, Washington, District of Columbia, 20301, United States
 
ZIP Code
20301
 
Solicitation Number
ORS-RFI-11-003
 
Point of Contact
Frank J. Strub, Phone: 505-853-2838, Steve Buckley, Phone: 505-853-7799
 
E-Mail Address
frank.strub2@kirtland.af.mil, steven.buckley@kirtland.af.mil
(frank.strub2@kirtland.af.mil, steven.buckley@kirtland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Operationally Responsive Space (ORS) Office, Kirtland AFB New Mexico is interested in receiving information relating to a potential launch service contract. The objective of this Request For Information (RFI) is to a) survey the launch vehicle service providers on the availability of launch systems to meet the mission requirements and b) determine additional investment not already identified and required by the ORS Office to meet 1) reduced call up timelines, 2) overall cost reduction efforts and 3) upgrades to handling/transportation equipment required to meet quick reaction timelines (defined later in the RFI). Expected payloads for this class launch system will not exceed 300kg to a 400km circular orbit at a 90 degree inclination. The ORS office is looking for launch systems that can meet this capability, but is also interested in less capable responses as well to provide knowledge of the launch capability of current and planned very small launch systems. While the ORS office is interested in and has a requirement to launch in 6 days, please discuss your capability to launch in 2 days from call-up. Discuss any assumptions that are made in a rapid call-up scenario as well as what level of pre-positioning and pre-coordinated analysis/ approvals are required. Responses should address the cost to achieve a space launch demonstration mission. If applicable, provide a breakout of Rough Order of Magnitude (ROM) costs for development items such as engines/motors, avionics, and/or any hardware required such as ground infrastructure, launch pad, or unique handling equipment. • 6-Day Call-up: o Definition - A simulated National need for an ORS asset capability is made from USSTRATCOM to the ORS Office. The ORS Office must then deliver capability to the Warfighter 7 days later. o Assumption - Space vehicle capability is not achieved for 24 hours after separation from the launch vehicle. Therefore, from the call up to the launch is 6 days or 144 hours. o Assumption - The payload, launch vehicle and range will work to a state of readiness to support 6-day call-up operations. This means that each will define an appropriate level of pre-positioning of assets. The ORS Office will serve as the program integrator and ensure that the CONOPs is coordinated and executable across the various organizations and companies involved. • Payload o Definition - The payload, when referenced in this and other launch documents refers to the mass above the launch vehicle interface (as defined by the LV vendor) that is to be lifted by the launch vehicle. It includes but is not limited to the satellite(s), adapter(s), separation system(s), and other hardware needed. • Initial Launch Capability o Definition - The point in time at which an execution of the 6-day call-up (or less) is possible. o Assumption - Assets are pre-positioned in a state of readiness that has been defined by the vendor and accepted by the ORS Office. A specific payload has not been identified for the purposes of this RFI, rather the ORS office is interested in understanding the capability of the very small class (<300kg payload) class. In addition, it would be possible to launch multiple spacecraft from a single launch vehicle and information on any concepts or hardware that supports multiple payloads should be included. The ORS Office requests that vendors provide a proposed concept on their ability to execute to the mission description remaining consistent with the definitions and assumptions provided above. Responses can be in the form of either a paper or brief. Papers are limited to 25 pages using a font of reasonable size between 10 and 14 point. Briefs are limited to 50 slides and either Powerpoint or PDF are acceptable formats. Define any terminology that would not be considered standard and provide assumptions used in your concept not provided in this RFI as appropriate. As part of your response to the RFI, provide a ROM estimate for the execution of this mission broken out as described above. The estimate should provide total mission execution timeline from award of contract to an Initial Launch Capability, the ORS Office goal is to launch within 12 to 18 months of contract award. In the cost of the mission, it is assumed that the LV vendor will be responsible for interfacing with and procuring the range and their services. Sources responding to this Request for Information (RFI) should identify any information which will enable the Government to determine industries' interest in supporting this possible mission. RFI responses will contribute to the Market Research Report as part of the acquisition strategy development process. Currently, an acquisition strategy has not been determined. Sources responding are invited to provide input into the acquisition strategy, including development of the source selection evaluation criteria. Additionally, recommendations concerning contract type, contract clauses, other aspects of the acquisition strategy; and anything else that would help in defining an efficient and effective acquisition program, including any ongoing contracts/agreements with DoD or Non/DoD Agencies that your Company already have in place that could be used to fulfill this requirement, are requested. The ORS Office is always looking to team with other agencies. Once an acquisition strategy has been selected and approved, a draft RFP will be incrementally posted on FedBizOpps prior to the release of the formal RFP. A SOO/SOW will be developed as part of the acquisition strategy for the Enabler Mission. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This RFI is for planning purposes only and shall not be construed as a RFP or as an obligation on the part of the Government to acquire any products or services. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. No entitlement for payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this RFI or the Government's use of such information. The Government reserves the right to reject, in whole or part, any contractor's input resulting from this RFI. This RFI does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this contemplated effort. The information you provide may be utilized by the ORS Office in developing its market research report and acquisition strategy. Industry is encouraged to respond with information not constrained by proprietary data rights. However, if proprietary data is included in your reply, please mark it appropriately. Interested firms are requested to submit information outlining their acquisition recommendations/strategies as requested above no later than 27 Jun 2011. Small Business sources responding should state their business size status based on the following NAICS codes 541712, 336414, 336415, & 336419 and whether they are interested as a prime or subcontractor. Replies to this RFI should be sent to Mr. Frank Strub, Director of Contracts, ORS, 3548 Aberdeen Ave SE, Bldg 382, Kirtland AFB, NM 87117, Phone (505) 853-2838, email frank.strub2@kirtland.af.mil. Additional technical information may be obtained from Mr. Steve Buckley, ORS, 3548 Aberdeen Ave SE, Bldg 404, Kirtland AFB, NM 87117, Phone (505) 853-7799, email steven.buckley@kirtland.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9e29e5faab48cfa34029ac97c1c048ed)
 
Place of Performance
Address: 3548 Aberdeen Ave SE, Bldg 404, Kirtland AFB, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN02459348-W 20110529/110527234501-9e29e5faab48cfa34029ac97c1c048ed (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.