Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 16, 2016 FBO #5472
SOURCES SOUGHT

V -- Integration and Launch of U-Class Payloads into Polar Orbits

Notice Date
11/14/2016
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, John F. Kennedy Space Center, Florida, 32899
 
ZIP Code
32899
 
Solicitation Number
NNK17607646L
 
Archive Date
12/14/2016
 
Point of Contact
Erik C. Whitehill, Phone: 321-867-5504
 
E-Mail Address
Erik.C.Whitehill@nasa.gov
(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 capable of integrating and launching U-Class payload dispensers in the FY 18 - FY 21 timeframe (June 2018 - December 2020) to a Polar Orbit (85 degrees to 102 degrees inclination). A U class payload is a type of miniaturized space research satellite that typically uses commercial, off-the-shelf electronic components. The U class payloads flown by NASA are primarily developed by a variety of educational and Governmental organizations. The U class payload is a form factor of 10cm X 10cm X 10cm. NASA/KSC is seeking capability statements from all interested parties including 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) for the purposes of determining the appropriate level of competition for this potential acquisition. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. The NAICS code for this requirement is 336414 with a size standard of 1,000 employees. The proposed service shall be capable of delivering up to 72U in the form factor of 1U, 2U, 3U, 6U and 12U over the identified time period. The service may be provided on a manifested commercial or government launch service. The U class payloads require release to a Polar Orbit orbit with an altitude that allows the U class payloads to meet NASA Orbital Debris Policy (NPR 8715.6A). The U class payloads will not have a go/no-go or "hold" authority during countdown. The Contractor will be responsible for integrating the U class dispensers onto the launch vehicle and providing telemetry confirmation that the dispenser has released the U class payloads. If necessary, the KSC Launch Services Program (LSP) integration Contractor will perform the installation of the U class payloads into the Government provided dispenser. It is anticipated that any procurement resulting from this request for information 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. The launch service provider will be responsible for obtaining a Federal Aviation Administration (FAA) license as a commercial procurement is anticipated, as well as securing any necessary range assets and approvals for the launch. 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 offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. 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 technical capability, proposed mission and launch vehicle, and submit a maximum of 5 government or commercial contracts in the last 5 years demonstrating your relevant experience; 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; and 4) Include a Rough Order of Magnitude (ROM) estimate of the fixed price of the service including the quantity of U class payloads to be delivered. This requirement is considered to be a commercial item as 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. All responses shall be submitted via email to Erik Whitehill (erik.c.whitehill@nasa.gov) no later than November 29, 2016 at 2:00 pm local time. Please reference NNK17607646L in any response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK17607646L/listing.html)
 
Record
SN04327265-W 20161116/161114234551-f9dcd0b1a555bc61622d9fbdab136073 (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.