SOURCES SOUGHT
V -- Agile Small Launch Operational Normalizer (ASLON) - ASLON Attachment 3 Example MRD - ASLON Attachment 2 SRP-O PWS MA Cat2 - ASLON Attachment 1 SRP-O PWS MA Cat1
- Notice Date
- 5/30/2018
- Notice Type
- Sources Sought
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
- ZIP Code
- 90245-2808
- Solicitation Number
- FA8818-18-R-0001
- Archive Date
- 7/23/2018
- Point of Contact
- Alicia L. Cawley, Phone: 505-846-3640, Eric Price, Phone: 505-846-6957
- E-Mail Address
-
alicia.cawley@us.af.mil, eric.price.5@us.af.mil
(alicia.cawley@us.af.mil, eric.price.5@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SRP-O PWS with MA Cat1 SRP-O PWS with MA Cat2 ASLON Attachment 3 Example MRD AGILE SMALL LAUNCH OPERATIONAL NORMALIZER (ASLON) REQUEST FOR STATEMENTS OF CAPABILITIES (SMALL ROCKET PROGRAM-ORBITAL (SRP-O)) The Air Force Space and Missile Systems Center (SMC), Launch Systems Enterprise Directorate (LE), Experimental Launch and Test Division (LEX), Rocket Systems Launch Program (RSLP), Kirtland AFB, Albuquerque, NM is interested in obtaining Statement of Capabilities (SOC) demonstrating industry's ability to meet the Agile Small Launch Operational Normalizer (ASLON) mission launch service requirement with an Initial Launch Capability (ILC) of fourth quarter FY19. This Request for Information (RFI) serves to provide potential offerors with ASLON mission information and obtain industry capability responses that will allow the Government to prepare for official release of the Request for Proposal (RFP). Acquisition Agility is an Air Force Strategic Master Plan (SMP) focus area and ASLON is a direct result of an Air Force Space Command (AFSPC) tasking on the prospects of an agile small launch. T he ASLON Space Vehicle (SV) manifest will consist of multiple counts of 3U and larger US Government cubesats and/or ESPA-Class SVs to low earth orbit (LEO) or sun-synchronous orbit (SSO). The Government requires a dedicated launch service; all payload capacity will be reserved for Government use. The Launch Service Contractor (LSC) will provide all required dispensers and perform all required payload integration. ASLON will be a Mission Assurance (MA) Category 1 (Attachment 1) or MA Category 2 (Attachment 2) launch service, procured via C-Type, Firm-Fixed Price SRP-O contract. As part of this RFI, the Small Rocket Program - Orbital (SRP-O) Performance-Based Work Statements (PWS) (Attachment 1 - MA Category 1 and Attachment 2 - MA Category 2) and the ASLON draft Mission Requirements Document (MRD) (Attachment 3) are included to define the scope of the MA Category 1 and MA Category 2 requirements under the SRP-O. These requirements may be referenced in order for the Offeror to fully understand the differences between MA 1 and MA 2 and to provide a more accurate response to this RFI; PWS and MRD comments are not required or being solicited at this time. General Questions: The SOC should contain pertinent and specific information addressing offeror capability in the following areas: A. Experience: Provide a brief description of work previously performed or being performed related to SRP-O class (0-181 kgs/0-400 lbs to LEO) launch services. Include current status of any FAA launch service licensing activities. B. Facilities: Provide a response regarding availability and description of facilities required to perform the launch service, to include: tooling and test equipment for both hardware and software. C. Security Clearance: Provide brief responses outlining your industrial security clearance, COMSEC capability. ASLON is not expected to be a classified mission, but the Government desires to understand any potential classification constraints on the evolving ASLON SV manifest. D. Design and Development: Provide a description of your ability to design and deliver a launch service to meet mission timelines from contract award to Initial Launch Capability (ILC), ranging from 12 months (objective) to 24 months (threshold). E. Mission Support Activities: Provide a description of your ability to perform mission support activities. This includes the ability to: (1) Perform launch planning in accordance with SV mission, ground safety, and flight safety requirements. (2) Provide program management interface to the Government mission manager. (3) Effectively interface with multiple SV providers. (4) Perform post-mission analysis of launch telemetry and sensor data. F. Fabrication and Test: Describe your ability to fabricate and test/verify the full range of launch system components. This includes the ability to: (1) Manufacture, modify, integrate, and test components including guidance and control systems, attitude control systems, software, etc. (2) Test hardware for vibration, shock, humidity, and temperature for both individual components and integrated systems. (3) Safely transport hardware, including rocket motors and pyrotechnic devices. G. Size Status: Identify whether your company is a small business uner the relevant small business standard of the designated NAICS Code. H. Launch Service Capability and Price: For the SV form factors listed in Table 1 and Table 2 below, please provide your current/planned launch service capacity and associated commercial launch service price. In comparison to the commercial price of a launch service, estimate the percentage of price increase to provide MA Category 1 services and MA Category 2 services in accordance with the attached SRP-O PWS's. Table 1: 400 km Sun-Synchronous Orbit Capacity to Orbit (kg and count) Insertion Precision Capability Commercial Launch Service Price % Price increase to include MA 1 % Price increase to include MA 2 3U 6U 12U ESPA-Class SV Table 2: 200 km Low Earth (Mid-Inclination) Orbit Capacity to Orbit (kg and count) Insertion Precision Capability Commercial Launch Service Price % Price increase to include MA 1 % Price increase to include MA 2 3U 6U 12U ESPA-Class SV Interested parties are requested to respond via email no later than 22 June 2018, and include a primary and secondary company POC. The information contained herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. The Government will not recognize any costs associated with submission of information in response to this notice. North American Industry Classification System (NAICS) 336414, size standard 1,250 employees applies for this proposed acquisition. Responses from small businesses and small disadvantage businesses are encouraged. Submit all inquiries and responses to Alicia Cawley at alicia.cawley@us.af.mil and Eric Price at eric.price.5@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8818-18-R-0001/listing.html)
- Place of Performance
- Address: N/A, United States
- Record
- SN04937492-W 20180601/180530230622-55ffdea9c612e4a85be0f09c106a5bc8 (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 |