Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2011 FBO #3597
SOLICITATION NOTICE

A -- SPACE LAUNCH SYSTEM CORE STAGE ENGINES

Notice Date
9/28/2011
 
Notice Type
Presolicitation
 
NAICS
336415 — Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NNM06AB13C-SLS
 
Response Due
10/13/2011
 
Archive Date
9/28/2012
 
Point of Contact
Kimberly J Adams, Contracting Officer, Phone 256-544-1479, Fax 256-544-2985, Email kim.adams@nasa.gov - Jennifer B. McCaghren, Contracting Officer, Phone 256-544-5189, Fax 256-544-4400, Email jennifer.b.mccaghren@nasa.gov
 
E-Mail Address
Kimberly J Adams
(kim.adams@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/Marshall Space Flight Center (MSFC) has a requirement for Space Launch System(SLS) Core Stage Engines. The SLS consists of Space Shuttle Program (SSP)-derived andAres components that use existing United States propulsion systems, including liquid fuelengines, cryogenic stages, and solid rocket motor engines. Specific to the core engine,the system will utilize existing RS-25d (SSME) engines for the core lift capabilities. The RS25-d effort is for the acquisition of storage, adaptation, and reacceptance ofexisting RS-25d Core Stage Engines required for four or five early missions of the SLS(depending upon final manifest needs), which includes moving and storing the residualinventory of fifteen flight engines, two development engines, and associated groundsupport equipment. The NASA Authorization Act of 2010 (P.L. 111-267, October 11, 2010) directed the Agencyto develop, as rapidly as possible, replacement vehicles capable of providing both humanand cargo launch capability to destinations beyond low-Earth orbit. In developing theSLS, the Act directed the Administrator to utilize to the extent practicable existingcontracts, investments, workforce, industrial base, and capabilities from the SSP, Orion,and Ares I projects. This includes SSP-derived components and Ares components that drawextensively on SSP heritage propulsion systems, including liquid fuel engines, cryogenicstages, and solid rocket motors. As a result, the Agency will initiate the developmentof the SLS with SSP and Ares derived assets.NASA/MSFC intends to negotiate only with Pratt & Whitney Rocketdyne (PWR) for the SLSCore Stage Engines. This decision is made pursuant to FAR 6.302-1, only one responsiblesource and no other supplies or services will satisfy agency requirements, whichimplements the authority for 10 U.S.C. 2304(c)(1). Competition is impractical for thefollowing reasons: 1)The Government estimate for the time required for the replacement of the RS-25dCore Stage engines is nine years for development (includes two years to obtain andtransfer the necessary property plus six to seven years for development and fabrication)plus one year for stage and vehicle integration. Therefore, the schedule for an initialSLS launch would slip from 2017 to no earlier than 2021. This schedule does meet the2010 Authorization Act intent or the Government schedule for a first launch in 2017. Thechoice of the RS-25d and its associated performance is also tightly coupled with the tankdiameters and other design characteristics of the SLS Core Stage. A set of approved andtested engines must be delivered for integration into the Core Stage by the summer of2016 to meet the current SLS manifest.Thus, no other engine besides the RS-25d canfulfill the SLS architecture requirements while meeting the SLS manifest. The unique andcritical history, capabilities, and infrastructure make PWR the only contractor with thecapability to implement the use of the existing RS-25d engines as the SLS Core StageEngine. Any other option besides PWR would involve unacceptable schedule delays, as wellas significantly increased technical risk.2)PWR designed, developed, and matured the RS-25d engine as the SSME, a processthat began nearly forty years ago, and PWR has been the only responsible source for thedesign, development, repair, refurbishment, testing and flight operations of the RS-25for the life of the SSP. PWR possesses the sole capability to investigate, resolve, andimplement corrective measures for RS-25d development, production, test, and flightoperations and is the only entity with the historical corporate experience and knowledgeto meet the SLS program needs.PWRs direct support of the SSP since the 1970s, whichprovided in-depth experience with and exposure to the requirements and processes requiredfor crewed launch vehicles in general and the RS-25d in particular makes it uniquelyqualified to support the December 2017 launch date and other early missions.3)The experienced PWR staff has demonstrated capabilities for performing complexassemblies of the RS-25d turbomachinery, valves, combustion devices, and the overallengine. The manifestation of these capabilities is exemplified by PWRs demonstratedexperience of developing new hardware designs for RS-25 components and incorporatingthese new designs into the engine and an active flight program. It is this criticalknowledge and skill that makes PWR solely capable for performing the work envisioned inSLS for the RS-25d engines. For another contractor to obtain and relocate these criticalskills, staff capabilities, and historical knowledge base would inherently involve somelevel of capability loss. This determination is based upon experience with changing SSPcontractors or contract performance locations and limited capture rates of incumbentpersonnel. Such a loss would result in cost and schedule impacts and an increase inperformance risks of meeting the December 2017 launch date.4) PWRs place of performance continues to be at the contractors facilities inCanoga Park, CA; Desoto, CA; and West Palm Beach, FL. All engine testing is performed atthe Stennis Space Center (SSC) located near Bay St. Louis, MS.PWR possesses multiplefacilities capable of turbopump, valve, and engine assembly. These facilities uniquelyincorporate resources such as cryogenics and furnace operations within 100,000-classclean rooms in which complex assemblies are performed.The Government has a substantialinvestment in large scale liquid rocket engine production equipment and facilities at themultiple PWR sites, as well as investments in specialized infrastructure and equipment atGovernment owned sites as required to support the development and utilization of theengines. Duplication of this infrastructure, facilities, special test equipment, groundsupport equipment, transportation and handling equipment, special or unique toolingand/or complex assets under the auspices of a different contractor is cost prohibitive. Transfer of this infrastructure and equipment to another contractor would likely requirepurchasing all that is not currently Government owned; disassembly, transport,reassembly, calibration and, potentially, additional capital investment at anothercontractors site; and training of new personnel to operate the facilities,infrastructure, and equipment.All of this activity represents cost and schedule impactsrelative to engaging PWR for the RS-25d endeavor. If the existing inventory of RS-25dengines were not used for this effort, they would be dispositioned and would not beavailable for use by SLS. This means they would no longer be available for flight ortest for SLS. If these engines are not utilized, NASA would be duplicating this uniquecapability at a significant taxpayer expense.The Government does not intend to acquire a commercial item using FAR Part 12. All responsible sources may submit a capability statement, proposal, or quotation, whichshall be considered by the Agency. Organizations may submit their capabilities andqualifications to perform the effort in writing to the identified point of contact notlater than 4:00 p.m. local time on October 13, 2011. Such capabilities/qualificationswill be evaluated solely for the purpose of determining whether or not to conduct thisprocurement on a competitive basis. A determination by the Government not to compete thisproposed effort on a full and open competition basis, based upon responses to thisnotice, is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. NASA Clause 1852.215-84, Ombudsman, is applicable. The installation Ombudsman is Robin N.Henderson, e-mail:robin.n.henderson@nasa.gov; telephone: (256)544-1919; address: NASA -George C. Marshall Space Flight Center, Mail Code DE01, Building 4200, Room 918A,Marshall Space Flight Center, AL 35812.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GMSFC/POVA/NNM06AB13C-SLS/listing.html)
 
Record
SN02595924-W 20110930/110928235739-666f91c24a3cf672d2b12a79896ddd19 (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.