SPECIAL NOTICE
V -- Request for Information Launch and Test Range Buy on Orbit Concept
- Notice Date
- 8/8/2013
- Notice Type
- Special Notice
- NAICS
- 481212
— Nonscheduled Chartered Freight Air Transportation
- 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
- 13-100
- Archive Date
- 9/12/2013
- Point of Contact
- Shelby C. Sommer, Phone: 3106539650, Lt Christopher Petrick, Phone: 310-653-9224
- E-Mail Address
-
shelby.sommer@us.af.mil, Christopher.Petrick.1@us.af.mil
(shelby.sommer@us.af.mil, Christopher.Petrick.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- TO: ALL Potential Respondents 7 Aug 2013 SUBJECT: Request for Information (RFI) regarding the Launch and Test Range System (LTRS) Buy on Orbit Concept for Development Planning Directorate (SMC/XR) Request for Information Air Force Space Command (AFSPC) is conducting a Range Capability Based Assessment (CBA), the goal of which is to define a lower cost future range system. SMC/XR is supporting this study by assessing a number of alternatives. This RFI requests industry comments on a satellite Buy-on-Orbit option. Under this option, the prime contractor would be responsible for satellite, launch vehicle, and launch services acquisition and management. The industry provider would assume risks associated with launch success or system failure, and would turn over ownership to the government after successful early on orbit testing and acceptance. The intent of this RFI is to understand the potential capability and risks of a Buy-on-Orbit concept and how it might reduce DoD launch costs. Responses should include a description of the overall concept being proposed and how its concept of operations (CONOPS) differs from current Range operations, and should address the following prioritized factors: Key factors: 1) Commercial insurance used 2) Pricing information provided - Startup Costs (amortized or carried by initial launch) - Mature Satellite required - Sufficient order quantity defined - Cashflow requirements (what kind of progress payments are required) - Potential for Lower Costs 3) CONUS vs OCONUS launch 4) Failure risk mitigation - Transition risk - Mission assurance approach 5) Plan to transition to USG for Ops 6) Organic or Contract Services 7) Potential legal issues 8) Timeline to implement Additionally, responses should address how Buy-on-Orbit would function in the case of each of the following: a) a high-cost, critical national security system (e.g. SBIRS) b) a less expensive, lower priority system (e.g. WGS) c) an inexpensive, secondary system (e.g. smallsats) The Air Force is interested in concepts that include system prime contractor and commercial launch providers that address the above issues as well as proposed commercial range operations. Since these options might include a large amount of development cost, the RFI should address how the cost could be amortized over multiple systems or if the cost would have to be burdened by the first item launched in the new paradigm. This architecture could be implemented in the near term (2 to 5 years). Background In the late 1980s the Department of the Navy initiated a "Delivery On Orbit" contract for the UHF Follow-On (UFO) communications satellites. This streamlined activity allowed the Navy to reduce the program management office size while enabling the prime contractor, Hughes Space and Communications (now Boeing) to more effectively manage the end-to-end acquisition process through delivery on orbit. The Air Force believes that a business case can be made for an industry managed launch and delivery process if the satellite system is mature, the purchase quantity is sufficient, and the spacecraft and/or launch system can be commercially insured. Furthermore, this approach may allow for a significant cost savings to the DoD. Some space systems are so valuable that the DoD assumes the risk of satellite and launch system failure, and implements a comprehensive and expensive Mission Assurance function to mitigate that risk. Respondents should address how an industry managed mission assurance capability would reduce risk management and mission assurance costs for the government. Response Information The Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, and/or capabilities for information and planning purposes only. It does not constitute a request for proposal or a request for quote. Information contained in this RFI is based on the best information available at the time of publication, is subject to revision and is not binding on the Government. The Government will not recognize any cost associated with a submission in response. The information received will be considered for the purposes of market research. Information submitted in response to this RFI will enhance the Government's ability to acquire quality systems in the future and, therefore, will be used for planning purposes only. This RFI is unrestricted and encourages responses from all responsible contractors independent of size. Additionally, responses from small business and small disadvantaged business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. Small businesses are encouraged to form teaming arrangements. Please identify if teaming would be contemplated to meet this requirement. The North American Industry Classification System (NAICS) code for this effort is 481212 - Space Transportation, Freight, Nonscheduled. The Applicable Classification Code is V126 - Space Transportation & Launch Services. The small business size standard is 1,500 employees. RFI is due no later than (NLT) Wednesday, 28 August 2013. All material provided in response to this RFI shall be unclassified, non-confidential, and non-proprietary to the maximum extent practicable. Interested sources providing confidential/proprietary information in response to this RFI shall separately and clearly identify and mark all confidential/proprietary information. The Government will take all necessary steps to protect/safeguard any confidential/proprietary information provided. The Government will NOT be responsible for any confidential/proprietary information not clearly marked. All responses should be accomplished on company letterhead and with a 10-page limit and no limit on appendices. Page size shall be 8.5 x 11 inches, single-spaced with text no smaller than 11-point font size, Times New Roman. Margins shall be one-inch on all sides. The Government intends to use Federally Funded Research and Development Center (FFRDC) and Systems Engineering and Technical Assistance (SETA) support to help review the RFI responses. All Government, FFRDC, and SETA personnel will sign appropriate non-disclosure forms. The Government will treat all responses as COMPETITION SENSITIVE. Any questions or technical inquiries should be submitted electronically to Lt Christopher Petrik (Project Officer), including a cc copy to Mr. Shelby Sommer and Mr. Jonathan Lee. Technical Point of Contact  Lt Christopher Petrik, SMC/XRDE, (310) 653-9224, christopher.petrik.1@us.af.mil  Mr. Jonathan Lee, SMC/XRDE, (310) 653-9677, jonathan.lee.35@us.af.mil Contracting Points of Contact  Mr. Shelby Sommer, SMC/XRC, (310) 653-9650, shelby.sommer@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/13-100/listing.html)
- Place of Performance
- Address: LA Air Force Base Space and Missile Systems Center (SMC), 483 N. Aviation Blvd., El Segundo, California, 90245, United States
- Zip Code: 90245
- Zip Code: 90245
- Record
- SN03142704-W 20130810/130808235912-494ac9b27b555351f23b7ed67dced46d (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 |