Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2014 FBO #4613
SOLICITATION NOTICE

18 -- SOLAR PROBE PLUS LAUNCH SERVICE

Notice Date
7/10/2014
 
Notice Type
Presolicitation
 
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
NNK14ZLS005R
 
Response Due
8/1/2014
 
Archive Date
7/10/2015
 
Point of Contact
Jennifer L Dorsey, Contract Specialist, Phone 321-867-0337, Fax 321-867-4884, Email jennifer.l.dorsey@nasa.gov - Joseph M Bell, Contracting Officer, Phone 321-867-1269, Fax 321-867-4848, Email joseph.m.bell@nasa.gov
 
E-Mail Address
Jennifer L Dorsey
(jennifer.l.dorsey@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Action Code: Presolicitation Notice NAICS Code: 336414 Classification Code: 18 Space Vehicles Address: NASA/John F. Kennedy Space Center, Procurement Office, OP-LS, Kennedy Space Center, FL 32899 Subject: Solar Probe Plus (SPP) Launch Service Solicitation number: NNK14ZLS005R Closing response date:August 1, 2014 POC: Jennifer Dorsey, Jennifer.L.Dorsey@nasa.gov NASA/KSC plans to issue a Request for Proposal (RFP) for the following Commercial item/services: Solar Probe Plus (SPP) Launch Service. The SPP mission is to determine the structure and dynamics of the Suns coronal magnetic field, understand how the solar corona and wind are heated and accelerated, and determine what mechanisms accelerate and transport energetic particles. The SPP launch service will include the launch vehicle (LV), ground support facilities and equipment, test hardware and software, and all launch services required to integrate the payload to the launch vehicle and deliver the Spacecraft (SC) to its required orbit to include but not be limited to: program management, mission integration, launch site support, ground and flight system safety, performance assurance, processing, encapsulation, launch operations, trajectory verification, and any other tasks necessary to safely and reliably launch SPP in accordance with NASA-defined mission objectives. SPP will be launched during a 20-day launch period beginning July 31, 2018 and ending on August 19, 2018. The proposed launch service for the SPP mission shall be capable of delivering at a minimum, a 685 kg SPP spacecraft separated (wet) mass to a C3 earth escape energy of 154 km2/sec2, right ascension of the launch asymptote (RLA) 222.889 deg, declination of the launch asymptote (DLA) -24.0390 deg (EME2000 coordinates), and shall require no more than 60 m/sec Delta-V of spacecraft propellant mass for injection accuracy correction. SPP is classified as a Class B payload, pursuant to NASA Procedural Requirements 8705.4 Risk Classification for NASA Payloads.The launch vehicle must meet Category 3 certification requirements per NPD 8610.7D prior to launch. The NAICS Code is 336414 and Size Standard is 1,000 employees. The anticipated release date of RFP NNK14ZLS005R is on or about August 26, 2014 with an anticipated proposal due date of on or about November 11, 2014. The firm date for the receipt of proposals will be stated in the RFP. Potential offerors shall be domestic launch service providers in accordance with 51 USC 50131 Commercial Space Act of 1998. All responsible domestic sources may submit a proposal which shall be considered by the agency. A Draft Request for Proposal (DRFP) is attached for offeror review and comments. This does not constitute a Request for Proposal and it is not to be construed as a commitment by the Government to enter into a contract. Moreover, the Government will not pay for the information submitted in response to this notice, nor will the Government reimburse a potential offeror for any costs incurred to prepare responses to this request.All contractual and technical questions must be submitted in writing (e-mail) to Jennifer Dorsey with a copy to Joseph Bell (joseph.m.bell@nasa.gov) not later than August 1, 2014. Telephone questions will not be accepted. Questions should not include any proprietary or sensitive information that the questioner does not wish to be disclosed to other offerors, since a summary of the disposition of significant DRFP comments will be included with the final RFP. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA Business Opportunities page is http://procurement.na sa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=. Prospective offerors shall notify this office of their intent to submit an offer by the closing response date of this synopsis, August 1, 2014. It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK14ZLS005R/listing.html)
 
Record
SN03420649-W 20140712/140710235059-c14f988de2d444b55316ba474f9de18c (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.