SOURCES SOUGHT
A -- Xenon Pump for Satellite Servicing
- Notice Date
- 5/9/2018
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210.S, Greenbelt, Maryland, 20771, United States
- ZIP Code
- 20771
- Solicitation Number
- NASA-GSFC-RFI-2018-Xenon-Pump-for-Satellite-Servicing
- Point of Contact
- Mary Reph, Phone: 301-286-1917, Michele R. Connerton, Phone: 3012866640
- E-Mail Address
-
mary.g.reph@nasa.gov, michele.r.connerton@nasa.gov
(mary.g.reph@nasa.gov, michele.r.connerton@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Aeronautics and Space Administration (NASA) is seeking interest in a potential public-private partnership to affect the full utilization of NASA-developed technology for on-orbit transfer of fuel, such as cryogens and xenon, to client satellites. The successful completion of the partnership could lead to developing, implementing, and operating a demonstration mission in cooperation with NASA. Background: NASA's Satellite Servicing Projects Division (SSPD) at Goddard Space Flight Center (GSFC) has been developing systems to facilitate satellite servicing since 1976. Its Robotic Refueling Mission (RRM) has demonstrated on the International Space Station tele-robotic capabilities to service spacecraft not designed for on-orbit servicing. SSPD is planning additional such demonstrations of on-orbit transfer of fuels such as cryogens and xenon to various satellites. The capabilities would not only be developed for spacecraft designed to be refueled, but also for legacy spacecraft already in-orbit. Some of these capabilities are being incorporated into the release of RRM which is to be installed on space station in November 2018. However, because of funding constraints, the project is unable to fund completion of a Xenon Pump already under development. Partnership: NASA does not intend to maintain a Government-operated on-orbit satellite servicing capacity, but rather to encourage the creation of a domestic commercial capability that meets both future government and non-government needs. To support this, NASA wishes to pursue a public-private partnership involving collaboration with private domestic entities that leverage the Government's intellectual property, technological resources, and expertise in this area with the goal of developing and fostering additional on-orbit servicing capabilities for existing and future spacecraft. One such collaboration could lead to the completion of the xenon pump development and demonstration on ISS. With this RFI, NASA is seeking to identify potential partners with a commercial interest in this capability which can provide design, development, and financial resources to complete the work. The funding level is estimated to be between $500K and $800K for completion of work and demonstration. Schedule: The goal is to demonstrate the on-orbit capability within approximately two (2) years after initiation of the partnership. Participation Policies: Because of U.S commercial objectives and various legal constraints, any potential partnership would be limited to prospective partners that are U.S. commercial entities. However, a Partner may incorporate some international components as long as it is in compliance with U.S. export laws and regulations. Development Approach: The objective of this partnership is ultimately to bring the xenon pump technology to a mature state. The work would include analysis and publication of data in the peer-reviewed engineering literature, application for patents, and, if applicable, demonstration of xenon refueling. The Partner is encouraged to share results at appropriate conferences and symposia and in journals. A complete refueling demonstration, assuming successful development of the technology, would encompass, at a minimum, the following Partner efforts: • Jointly with the Government, develop refueling demonstration objectives and requirements • Jointly with the Government, establish any interface requirements • Jointly with the Government, perform integration and test, including ground element compatibility testing, operations simulations, and mission readiness testing with the entire ground element, in conjunction with the Government • Identify/solicit clients for refueling (commercial and/or government clients) • Procure insurance for its part of the mission (the Government would self-insure) • Have adequate funding to perform the work NASA efforts include the following: • Identify an opportunity for demonstration on the ISS, and coordinate with the ISS program office • Contribute Intellectual Property (IP) and expertise to meet refueling requirements, in particular software, patents, and other related intellectual property • Design and build a refueling capability incorporating the xenon pump • Jointly with the Partner, support integration and test • Lead operations for demonstration Acquisition Approach: Various cooperative agreements are anticipated for implementing this partnership. These could include the exchange of design and patent rights, patent rights. However, because of near-term flight demonstration possibilities on ISS, timing is critical relative to establishing agreements and funding. If approval to proceed with this partnership is received, NASA anticipates utilizing a Space Act Agreement (or Cooperative Research and Development Agreement (CRADA)) for the joint development of necessary technologies. Under a CRADA, if approved, NASA and the Partner would further develop the technology to permit a domestic commercial satellite servicing capability that would enable robotic refuel. This would include fabricating the required hardware, integrating and testing the hardware, and developing the software needed for refueling. Note that under a CRADA, NASA cannot provide funds to a non-federal party. Information Requested: RFI responses must include the following Respondent Information: a. Name of Respondent; b. Respondent's address; c. Name and contact information for primary Respondent Point of Contact (POC), including POC's name, title (or affiliation with Respondent entity), email address, and phone number; d. General description of Respondent's capabilities and experience in the subject matter of this RFI; e. Specific feedback, comments, and suggestions on information provided in this RFI. f. Responses to the following specific questions: 1. What are your company's commercial applications and interest in the technology area? 2. Is the type of information provided by the Government sufficient for performing your business analysis? If not, what more would you need to know to conduct that analysis? 3. Are you able to fulfill all aspects of the described partnership as a potential prime offeror? Please indicate whether you would propose to accomplish all aspects yourself or through teaming arrangements or subcontracts. If the latter, which activities would you perform? 4. Is the time interval specified in this RFI reasonable from your perspective, and would you be able to commit to the development effort needed to achieve this scenario? What, if any, is the impact of the start date to your business case? Is there a more efficient schedule technically and financially? 5. Are there any significant or unique terms and conditions that are critical from your perspective? 6. Is the allocation of roles and responsibilities between the Government and the Partner outlined optimal from your standpoint? If not, what changes would you suggest to improve overall efficiency, system performance, and safety? What other responsibilities would you include, and who would be responsible? 7. Discuss any aspects of the information provided in this RFI that would significantly impact the cost, schedule, or technical capabilities of your company and your ability to participate as a NASA Partner in this endeavor. What do you see as the risks to this endeavor, and how would you mitigate those risks? What clarifications or suggestions do you propose to minimize impacts or improve design flexibility, safety, or reliability? Provide rationale for any alternative suggestions that still meet or exceed the intent of these requirements and standards. Disclaimer: It is not NASA's intent to publicly disclose Respondents' proprietary information obtained in response to this RFI. To the full extent that it is protected pursuant to the Freedom of Information Act and other laws and regulations, information identified by a Respondent as "Proprietary or Confidential" will be kept confidential. In accordance with FAR 15.201(e), the information being requested is for planning purposes only and is not intended to bind the Government. It is emphasized that this RFI is NOT a Request for Proposal, Quotation, or Invitation for Bid. This RFI is for information and planning purposes only, subject to FAR Clause 52.215-3 titled "Solicitation for Information or Planning Purposes," and is NOT to be construed as a commitment by the Government to enter into a contractual agreement. The Government will not pay for information submitted in response to this RFI. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation were released, it would be synopsized in the FedBizOpps or NASA Acquisition Internet Service websites. It is the responsibility of any potential offerors/bidders to monitor these sites for the release of any solicitation, synopsis, or related documents. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. As part of its assessment of industry capabilities, NASA GSFC may contact respondents to this Request for Information if clarifications or further information is needed. Responding to this RFI: An entity responding to this RFI must be a U.S. domestic entity. All final submissions shall be submitted via e-mail to all points of contact listed below no later than June 14, 2018, 3:00 pm Eastern Daylight Time. Please reference the RFI title in any response. Files may be submitted in MS Word, PDF, or RTF format. All responses shall be no more than twenty-five (25) pages. A page is defined as one (1) sheet 8 1⁄2 x 11 inches using a minimum of 12-point font size for text. NO CLASSIFIED INFORMATION SHOULD BE INCLUDED IN THIS RFI RESPONSE. Respondents are highly encouraged to submit any questions regarding this RFI by June 4, 2018, to allow the Government time to develop responses prior to the due date for submissions. All questions and responses will be posted prior to the response date to the maximum extent practicable to assist all potential respondents.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/56cef0e1ca9e5a7d310637c352e61af2)
- Record
- SN04916520-W 20180511/180509230754-56cef0e1ca9e5a7d310637c352e61af2 (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 |