Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2018 FBO #5999
SOURCES SOUGHT

A -- Spacecraft/Payload Integration &Evolution (SPIE) Non-NASA Payload Flights on Space Launch System (SLS)-RFI - Spacecraft/Payload Integration &Evolution (SPIE) Non-NASA Payload Flights on Space Launch System (SLS)-RFI

Notice Date
4/25/2018
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Office of Procurement, Marshall Space Flight Center, Alabama, 35812, United States
 
ZIP Code
35812
 
Solicitation Number
NNM18ZXP008L
 
Archive Date
6/8/2018
 
Point of Contact
LaBreesha B. Batey, Phone: 2565446085, Joseph M. McCollister, Phone: 2565443586
 
E-Mail Address
labreesha.b.batey@nasa.gov, joseph.m.mccollister@nasa.gov
(labreesha.b.batey@nasa.gov, joseph.m.mccollister@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Spacecraft/Payload Integration &Evolution (SPIE) Non-NASA Payload Flights on Space Launch System (SLS)-RFI 1. Summary Pursuant to Congressional Direction (Commerce, Justice, Science, and Related Agencies Appropriations Bill, 2017, H.R. Rep. No. 114th-114-605, 2d, at 1-126 (2017).), NASA has been requested to seek information under this Request for Information (RFI) to assess interest in using the Space Launch System (SLS) for delivering non-NASA payloads beyond low earth orbit. SLS provides the US with a unique capability to deliver payload, starting at 26 t and evolving to 45 t, to a range of cislunar destinations. Combined with an encapsulated volume capability starting at 255 m3 and evolving to over 900 m3, this transportation system supports both human and cargo delivery to a variety of cislunar and planetary destinations. Responses to this RFI are sought broadly from government agencies, industry, universities, and non-profit organizations. It will be used to identify potential SLS benefits for government, commercial and education-related non-NASA payloads as well as inform NASA's SLS manifest opportunity planning process. This RFI does not constitute a commitment by NASA to provide specific SLS launch opportunities to specific payloads. Issuance of this RFI is consistent with §70102 Space launch system use policy as provided in P.L. 114-90 dated Nov. 25, 2015 and can be found at https://www.congress.gov/bill/114th-congress/house-bill/2262/text. 2. Background SLS is a launch vehicle using a Block development approach to send people and hardware beyond low earth orbit as shown in Figure 1. Each Block is identified by the amount of payload mass delivered via Trans Lunar Injection (TLI). The SLS is also an element of the overall NASA Exploration Systems Development (ESD) architecture that includes launch vehicles, spacecraft, mission systems and ground systems, as well as future in-space and surface systems, needed to embark on a robust human solar system exploration program. It is anticipated that starting in the early 2020's different SLS Block configurations will deliver crew and cargo to lunar vicinity on an annual basis. This planned cadence may offer opportunities for non-NASA payload to obtain transportation to cislunar space. In addition, there may be opportunities for transportation to planetary destinations from cislunar space assuming the payload has its own propulsion system. Payload accommodation on dedicated SLS cargo flights can in some instances provide direct injection to planetary destinations with significantly reduced transit time and associated costs. Figure 2 provides a conceptual representation of the three types of payload accommodation offered by SLS: Primary Payload (PPL), Co-manifested Payload (CPL), and Secondary Payload (SPL). For the purposes of this RFI, payload providers should use these SLS payload definitions to describe their payload: • Primary Payload - uncrewed payload accommodated in Payload Fairing (PLF) and on a Payload Adapter that determines primary mission trajectory via upper stage injection burn o Block 1 PLF payload envelope up to 4.5m diameter by 16.5m long (Note 1) o Block 1B PLF payload envelope up to 7.5m diameter by 16.5m long (Note 2) o Block 2 PLF payload envelope up to 7.5m diameter by 16.5m long or 17.5m diameter by 24.8m long (Note 2) o TLI mass accommodation as shown in Figure 1(includes the mass of an associated Payload Adapter ranging from 1 t to 2 t; payloads with a larger diameter launch vehicle interfaces trend towards lower mass Payload Adapters) • Co-manifested Payload - spacecraft/payload accommodated within a SLS Universal Stage Adapter (USA) and on a Payload Adapter; compatible with an Orion trajectory via an Exploration Upper Stage (EUS) injection burn (Note 2) o Only available on SLS Block 1B/2 crew configurations o For the purposes of this RFI, the CPL delivers itself to final destination independent of the Orion crew vehicle o USA payload envelope up to 4.5m diameter by 8.4m long o Up to 10 t of TLI payload (includes the mass of an associated Payload Adapter ranging from 1 t to 1.5 t; payloads with a larger diameter launch vehicle interfaces trend towards lower mass Payload Adapters) • Secondary Payload (SPL) - compatible with an Orion or PPL trajectory via an upper stage injection burn (Note 2) o Minimizes impacts to the overall flight and ground systems architecture and does not jeopardize crew safety or primary mission objectives o Payload envelopes ranging from 6U, 12U or 27U (CubeSat class) with corresponding payload masses of 14 kg, 25 kg to 54 kg (exclusive of any dispenser mass) o Potential accommodation of Evolved Expendable Launch Vehicle (EELV) Secondary Payload Adapters (ESPA) SPL with individual payload mass up to 300 kg Notes: (1) Delta IV 5.1m diameter by 19.1m long composite fairing can be found here: https://www.ulalaunch.com/docs/default-source/rockets/delta-iv-user's-guide.pdf; (2) SLS Block 1B/2 payload interface and accommodation information is provided in the SLS Mission Planner's Guide (MPG): https://ntrs.nasa.gov/search.jsp?R=20170005323. The SLS Block 1 crew configuration currently delivers up to sixteen dispenser mounted 6U Secondary Payloads within the Orion Stage Adapter (OSA) as shown in Figure 3. Accommodation of 12U Secondary Payloads and their associated dispensers is possible within the OSA as well. The corresponding SLS Block 1 cargo configuration can deliver 5m class Primary Payloads and optional SPL using Commercially Off the Shelf (COTS) Payload Fairings such as the Delta IV 5.1m diameter by 19.1m long composite fairing (see Note 1). The SLS Block 1B/2 crew configuration can deliver Co-manifested Payload and Secondary Payload from within the USA. The corresponding SLS Block 1B/2 cargo configuration can deliver 8.4m class Primary Payload and Secondary Payload using a unique PLF and Payload Adapter (see Note 2). Figure 4 details an SLS cislunar trajectory with representative "bus stops" that provide users with possible payload delivery distances, times and temperatures that might be encountered. These Bus Stops are provided for planning purposes only as many alternate payload deployment time/locations are possible as well. For SLS crew missions typical deployment opportunities for CPL would begin after Orion separation from SLS post TLI and continue for as long as 8 hours after launch (e.g., Bus Stops 1 and 2). Deployment opportunities for SPL will begin after Orion separation from SLS post TLI and continue for as long as 10 days (e.g., Bus Stops 3 to 5). For SLS cargo missions typical deployment opportunities for PPL could begin after PLF jettison and prior to specific injection to a cislunar or planetary destination, and potentially continue as long as 8 hours after launch. Corresponding deployment opportunities for SPL could begin after low earth orbit insertion and prior to specific injection to a cislunar or planetary destination, and potentially continue as long as 10 days (e.g., Bus Stops 3 to 5 for a cislunar destination). For SLS Block 1B flights, the EUS has the capability to accommodate up to 2 large orbital maneuvers after initial orbit insertion of the payload. Furthermore, the EUS has minor orbital maneuverability of less than 10 m/s prior to stage end of life. All proposed mission profiles should support upper stage disposal via Earth ocean impact or via trajectories leaving the earth-moon system. SLS configurations can deliver a range of Useful Payload System Mass (this mass includes mass of any payload adapters) through a variety of orbital, cislunar and planetary destinations as shown in Figure 5 (See Note 2).   3. Requested Response Topics The following ground rules, assumptions, and constraints should be considered when providing the response to this RFI. Concepts should describe any significant deviations from these assumptions. • Responses should be limited to non-NASA payload concepts meaning payloads that are not developed by a NASA Mission Directorate or office, either in-house or under contract. • Response is requested for specific concepts using the payload configurations identified previously: Primary Payload, Co-manifested Payload, and Secondary Payload. • Payload development effort must support early mission concept and safety discussions starting at approximately 48 months prior to launch for PPL and CPL and 36 months for SPL, and the delivery of completed payload to KSC should be no later than 6 months prior to launch. Concepts are not required to provide a detailed schedule for this RFI. • The current SLS ground operation concepts assume limited vehicle access and services in the Vehicle Assembly Building and no payload access while on the launch pad. • Payload provider to assume all costs associated with the payload including but not limited to payload development, manufacture, ground processing, launch vehicle to payload integration, safety reviews, and hazard reports and associated analysis. Concepts are not required to provide a detailed cost estimate for this RFI. Respondents should include the following items as a minimum in their response. Additional information necessary to fully describe the payload concept(s) is welcomed provided the total page count meets the instructions given below. 1. Description of payload's exploration, science, commercial, or technology objectives with emphasis on the unique benefits accommodation on SLS will provide. 2. Description of payload concept including mission description, and ground operations. 3. Payload mass, physical dimensions (LxWxH), and maximum envelope. Notes: PPL and CPL users should account for any adapter mass required for their payload's accommodation from within the mass capabilities shown in Section 2. 4. System support requirements such as power, data, unique environments and mounting (including any standard interfaces such as dispensers or adapters). 5. Desired destinations, deployment locations or insertion orbit including launch window constraints. 6. Identification of sponsorships or other funding sources. 7. Description of any potential partnerships including commercial, public/private, academic and/or international. 8. List of payload services required from integration to deployment, including but not limited to cleanliness level, unique test and checkout, temperature, access, power and environment. 9. Identification of any hazardous, explosive, chemical, or biological aspects of the payload including those needed for propulsion.   4. Response Instructions In addition to whatever information the responder chooses to provide, each RFI response shall include a cover sheet with the following information: • NASA RFI Reference Number: NNM18ZXP008L and Title of Proposed Payload • Responding Organization (including address, email, POC and phone number) • A brief synopsis of the RFI response in less than 20 words All RFI responses shall not exceed 10 pages (excluding the cover sheet). Responses shall use Times New Roman Font size 12, be provided in searchable PDF format, and transmitted via email to the two POCs below no later than May 24, 2018, at 4:00 p.m. Central Time. NASA will use the information obtained as a result of this RFI on a non-attribution basis. Responders shall not submit proprietary information, classified, export-controlled information (including ITAR restricted information), or confidential information in response to this RFI. Providing data/information that is limited or restricted for use by NASA for that purpose would be of very little value and such restricted/limited data/information is not solicited. Submittals identified as containing such material shall be destroyed with no further consideration. It is emphasized that this RFI is NEITHER a Request for Proposal, NOR an Invitation for Bid. This RFI is being used to obtain information for planning purposes only; therefore, NASA does not plan to respond to the individual RFI responses. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. Pursuant to FAR 52.215-3, entitled Request for Information or Solicitation for Planning Purposes, this information is being made available for market research, information, and planning purposes and to allow industry the opportunity to verify reasonableness and feasibility of the requirement, as well as promote competition. This RFI is subject to review or cancellation at any time and is not to be construed as a commitment by the Government to enter into a contract. The Government will not pay for the information submitted in response to this request, and respondents will not be notified of the results. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this RFI can be found at https://prod.nais.nasa.gov/pub/pub_library/Omb.html. Upon receiving and reviewing responses to this RFI, NASA may choose to post a subsequent revision to this RFI to request further information from industry to support NASA's acquisition planning for the contemplated procurement. No solicitation for this requirement currently exists. However, if an amendment to this RFI or solicitation is released, it will by synopsized on FedBizOpps. It is the potential respondent's responsibility to monitor this site for the release of any amendments to this RFI or if released, future solicitation documents. Potential respondents will be responsible for downloading their own copy of this RFI, or if released, any future solicitation documents. Points of Contact Primary: NASA Marshall Space Flight Center PS41/LaBreesha B. Batey Contracting Officer Phone: 256-544-6085 Email: labreesha.b.batey@nasa.gov Secondary: NASA Marshall Space Flight Center PS41/Joseph M. McCollister Office Chief, Contracting Officer Phone: 256-544-3586 Email: joseph.m.mccollister@nasa.gov ***See attached the full RFI document for Figures. Appendix A: Acronyms C3 Characteristic Engergy (km2/s2) COTS Commercial Off the Shelf CPL Co-manifested Payload ESD Exploration Systems Development ESPA Evolved Expendable Launch Vehicle (EELV) Secondary Payload Adapters EUS Exploration Upper Stage ICPS Interim Cryogenic Propulsion Stage m Meters MPG Mission Planner's Guide (SLS) NASA National Aeronautics and Space Administration OSA Orion Stage Adapter PLF Payload Fairing PPL Primary Payload RFI Request For Information SLS Space Launch System SPL Secondary Payload t Metric Ton TLI Trans Lunar Injection USA Universal Stage Adapter
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d61b86c6885720d93f288c030825af23)
 
Record
SN04900836-W 20180427/180425230904-d61b86c6885720d93f288c030825af23 (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  © 1994-2020, Loren Data Corp.