Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2014 FBO #4578
SOURCES SOUGHT

V -- ON ORBIT DELIVERY SERVICE OF A SEPARATING SPACE VEHICLE

Notice Date
6/5/2014
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK14SSV001L
 
Response Due
7/5/2014
 
Archive Date
6/5/2015
 
Point of Contact
Erik C Whitehill, Contract Specialist, Phone 321-867-5504, Fax 321-867-2042, Email Erik.C.Whitehill@nasa.gov
 
E-Mail Address
Erik C Whitehill
(Erik.C.Whitehill@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) Kennedy Space Center (KSC) is hereby soliciting information about potential sources for on orbit delivery service of a Separating Space Vehicle (SSV) to Geosynchronous Orbit (GEO). Specifically, NASA/KSC seeks information about potential sources to deliver an SSV to GEO while attached to another satellite, which shall be referred to as the Ride Share Satellite (RSS). The SSV would be delivered to within +/- 200 km (TBR) of a stable Geosynchronous Orbit and then released. The SSV would then continue on its own power to perform an independent mission in the GEO belt. NASA/KSC is particularly interested in the above approach but will consider alternative solutions and approaches as long they meet the mission requirements described below. NASA/KSC is working with other Government agencies to manage the integration between the SSV with the RSS and the overall service management. The SSV will have a weight in the range of 1,000 kg to 1,200 kg.The orbit for this mission is GEO at a 0 degree inclination with a launch readiness date of no later than first half of FY 2017. The government will provide a fully developed SSV for integration onto the RSS and will serve as the technical lead for the interface to the RSS. The SSV will use a standard 1194 Marmon Clamp ring (or other industry standard separation system) as the interface/separation system with a static envelope of (launch configuration) 2.24m (87.834 inch) x 2.33m (91.764 inch) x 4.35m (171.267 inch) in height (TBR). The SSV has the following requirements to be supplied by the RSS: 1. 2x (TBR) standard connectors for command, telemetry, and power 2. Cleanliness level of Class 100,000 3. Continuous power of 250W after L+10 hours through release 4. Must deliver the SSV to within +/- 200 km (TBR) of a stable near-zero degree inclination Geosynchronous Orbit The SSV will have a hydrazine monopropellant propulsion system with up to 100kg in commodities. The proposed RSS delivery service must also meet the following launch constraints/requirements to support the SSV. 1. Must be launched on a US built launch vehicle 2. Must be a launched from a US launch site 3. Must be fabricated in a US facility by US citizens The RSS provider will be responsible for obtaining a Federal Aviation Administration (FAA) launch license, as well as securing any necessary range assets and approvals for the launch. Interested parties having the required specialized capabilities to meet the above requirement should submit a capability statement of 10 pages or less indicating the ability to perform all aspects of the effort described herein. It is not sufficient to provide only general brochures or generic information. Responses must include the following: 1. Company name and address; 2. Business size classification (Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) including the number of employees and the number of years in business; 3. Provide information demonstrating your technical capability to meet the requirements described above and details of the proposed mission that will deliver the SSV to orbit. In addition submit a maximum of 5 government or commercial contracts in the last 5 years demonstrating your relevant experience under NAICS 336414; In addition to the description of the contracts also include contract numbers, contract type, dollar value of each procurement, and point of contact - address and phone number; 4. Include a Rough Order of Magnitude (ROM) estimate of the fixed price of the delivery service and the amount of mass that the RSS can transport to GEO with an inclination of 0 degrees; 5. Provide information stating the specific methodology and duration of orbital maneuvering to reach GEO. 6. Identify the level of launch mission assurance, if any, the provider is willing to share and describe the delivery of the SSV to GEO mission assurance approach (difference between launch phase and orbit raising phase) and information to be provided to the Government. 7. A summary of any unique contract terms and conditions required. 8. Identify if there are any launch services during the projected time period. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. This requirement is considered to be a commercial service and will be in accordance with FAR part 12. A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. It is anticipated that any future procurement will consider domestic sources only as Public Law 105-303, 51 U.S.C 50131, et. seq., states that the Federal Government shall acquire space transportation services from United States commercial providers whenever such services are required in the course of its activities. All responses shall be submitted via email to Erik C. Whitehill(erik.c.whitehill@nasa.gov) no later than 30 days after release of this RFI. Please reference the solicitation number in any response. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK14SSV001L/listing.html)
 
Record
SN03386589-W 20140607/140605235017-4156b67c22b321c7a5531f9f10b733d0 (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.