SOURCES SOUGHT
14 -- Request For Information on Launch Services for ORS Enabler Missions
- 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-11-001
- 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 460kg to a 450-550kms circular orbit at a 42-50 degree inclination. The initial payload will consist of multiple free flying satellites accommodated on Government furnished multi payload adapters (detailed later in the RFI). These launches will also be used to demonstrate technologies that the ORS Office has identified as "enablers" to meet ORS Office objectives of 6 day call ups. The hardware for these demonstrations may be either Government furnished or if a launch vendor has alternative solutions that meet the objectives those may be used. It should be noted that part of the ORS Office objective is to execute missions that are constrained by cost goals set forth by Congress. Therefore, efficiencies across the enterprise must be made. As part of the Enabler Mission, the ORS Office will apply the enablers that have already been identified and have been addressed as well as identifying new areas of focus to prioritize how and when to address them. Finally, the prominent objective is to execute a launch within 6 days of a call up. This RFI will identify several key areas of concern that demonstrate a vendors ability to; 1) a demonstrated history of successful space launch missions, 2) mature launch vehicle designs and systems, 3) ability to successfully integrate enabling technologies in a parallel demonstration/validation mode, and 4) ability to knowledgeably address hurdles within current processes associated with gaining clearance to launch. This section of the RFI will provide top level discussion on terms used by the ORS Office in developing the mission requirements. They are meant to provide enough detail that vendors are able to respond to the RFI with more detailed information being provided within an RFP should the ORS Office decide to release one. • 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 Space vehicle (or Payload in its entirety known as the Integrated Payload Stack (IPS)) will not be an unknown and during the integration portion of the mission, a process of communicating requirements through interface control documents and other controlled media will be used. o Assumption - The IPS, 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. o Assumption - Wallops Flight Facility is the preferred launch site. ORS Office has focused CONOPs and funded enabler efforts with NASA as a Government partner. • 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 satellites, adapters, separation system, and SoftRide. It would also include any enabler technologies such as autonomous flight safety systems that are flown in demonstration/validation mode and whose mass and volume must be accounted for as total mass of payload to orbit. o Assumption - Any enabler technologies or adapter hardware provided as GFE by the ORS Office or other Government partner will have been designed and tested to meet all applicable flight environments. o Assumption - Integrated Payload Stack will be integrated as essentially a single space vehicle as far as SV to LV integration is concerned. The LV contractor will only be required to integrate to a single interface plane. Additionally, while there may be many satellites, the LV will only have to provide 2 separation signals, one to primary free flyer and the second to a sequencer on the multiple satellite adapter that will subsequently deploy the remaining free flying satellites. The adapter hardware will not separate from the upper stage of the launch vehicle. • Commercial Launch o Definition - ORS defines commercial launch services as those procured using FAR Part 12 with licensing for launch obtained by the LV vendor through the Federal Aviation Agency (FAA). o Assumption - A LV vendor can request GFE items. As stated, the ORS Office has made investments in enabling technologies and encourages vendors to leverage those efforts. In addition, vendors are encouraged to identify Government items that will reduce the overall cost of the mission. The ORS Office will be responsible for entering into any agreements or other arrangements required with other organizations for the use of the GFE. Vendors shall identify if the GFE is consumable or non-consumable. • Demonstration o Definition - An aspect of the mission, whether it be a process or piece of hardware, that is executed as a secondary aspect of the mission. o Assumption - Should a new process for stacking be proposed, the primary method will be kept as a backup in the event the demonstration proves to induce greater risk, cost or schedule impacts. Additionally, a system such as autonomous flight safety would fly in a mode that only demonstrates capability per a test plan in an effort to receive certification of the unit and not as the primary source for flight safety. • Initial Launch Capability o Definition - The point in time at which an execution of the 6-day call-up 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. o Assumption - Only missions within the pre-determined boundaries are potential. The Integrated Payload Stack is conceptually designed to be accommodated on a number of small launch systems based on User Guide information obtained from open sources. Current mass estimate of the IPS is 454kg ± 15kg. There will be two CubeSat wafers that have a static diameter of 46" with one wafer attaching to a standard 38.81" interface. The combined height of the two wafers will be approximately 20" above the LV interface. A primary satellite that meets ESPA standards (details can be obtained from a web search) will interface to the top wafer via a Motorized Light Band (MLB). As part of the ORS 6-day call-up demonstration, the exact orbit will not be provided to either the range or launch vehicle contractor prior to launch. However there will be some defined boundaries. The inclination will be from 42 to 50 degrees. The orbit will be circular with an altitude between 450 and 550kms. The objective of this is to demonstrate the ability to rapidly execute the generation of launch vehicle flight code as well as range safety approval of trajectory using enabling technologies that either the ORS Office or a LV vendor has invested in. 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. Responses should include a brief description of the LV capability to the considered orbits (it is not a requirement that the LV meet performance to every possible orbit within the provided boundaries, however max performance to each will be used in ORS trade studies to determine mission risk, future payload designs based on capability, and other architecture trades). A brief description of processes, hardware and handling equipment changes needed to a baseline LV configuration should be addressed. Further, we request that any GFE/P items that are known be defined so ORS Office has time to work agreements with other organizations to acquire and provide those items should an RFP be released. The ORS Office anticipates using Commercial Practices as defined in FAR Part 12 (Commercial Items) as the procurement strategy; the ORS Office will still require a level of insight into the program that provides enough information for the office to accurately assess mission risk and readiness to execute. Provide your recommended review process, level of detail and milestone(s) that allow the ORS Office to make decisions such as shipping the IPS to the launch site at Wallops. Also provide the services that the IPS can expect during the integration process; examples may include management of range documentation and requirements, Coupled Loads Analysis, management of the LV to SV Interface Control Document, etc. 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 this RFI, provide a Rough Order of Magnitude estimate for the execution of this mission. The estimate should include a total mission execution timeline from award of contract to an Initial Launch Capability, the ORS Office goal is to launch within 18 to 24 months of contract award; however 12 to 15 months is preferred. 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, to include 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 posted on FedBizOpps prior to the release of the formal RFP. The Enabler Mission Statement of Objects (SOO) is being posted on FedBizOpps with the release of this notice to provide information concerning the general scope of the program. A new 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 June 2011. Small Business sources responding should state their business size status based on the following NAICS codes 336414, 336415, 336419, 334511, & 334519 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/24c53aae37b3e6d19e6c21bd83426187)
- Place of Performance
- Address: 3548 Aberdeen Ave SE, Bldg 404, Kirtland AFB, New Mexico, 87117, United States
- Zip Code: 87117
- Zip Code: 87117
- Record
- SN02459371-W 20110529/110527234514-24c53aae37b3e6d19e6c21bd83426187 (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 |