Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 22, 2020 SAM #6719
SOURCES SOUGHT

V -- SmallSat to Geosynchronous Orbit (GEO)

Notice Date
4/20/2020 3:51:04 AM
 
Notice Type
Sources Sought
 
NAICS
481212 — Nonscheduled Chartered Freight Air Transportation
 
Contracting Office
NASA KENNEDY SPACE CENTER KENNEDY SPACE CENTER FL 32899 USA
 
ZIP Code
32899
 
Solicitation Number
80KSC020R0029
 
Response Due
5/20/2020 1:00:00 PM
 
Archive Date
06/04/2020
 
Point of Contact
Jason R Siewert, Phone: (321) 861-7067, Scott G. Syring, Phone: 3218671500
 
E-Mail Address
jason.r.siewert@nasa.gov, Scott.G.Syring@nasa.gov
(jason.r.siewert@nasa.gov, Scott.G.Syring@nasa.gov)
 
Description
The National Aeronautics and Space Administration (NASA) Kennedy Space Center (KSC) is hereby requesting information about potential sources capable of integrating and launching a SmallSat to Geosynchronous Orbit (GEO) in the FY2024 timeframe.� SmallSats are a�satellite�of low mass and size, usually under 500�kg (1,100�lb).� SmallSats flown by NASA are primarily developed by a variety of Government organizations and educational institutions.� �� NASA/KSC request capability statements from all interested parties, including all socioeconomic categories of Small Businesses, 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 481212 with a small business size standard of 1,500 employees. The launch service shall be capable of delivering a 300kg SmallSat (Dimensions: 1.7 X 1.1 X 0.9 (m3)) to GEO.� The service may be provided on a manifested commercial or government launch service during FY2024.� The SmallSat requires release�to a Geosynchronous Orbit; however, a Geosynchronous Transfer Orbit (GTO) is acceptable if a maneuvering unit is provided to achieve GEO.� The SmallSat does have a propulsion system (designed for station keeping only); however, there is not enough Delta-v to reach GEO from GTO. � In addition, as part of this request for information, manufactures of in-space propulsion systems that can perform a SmallSat GTO to GEO transfer, are encouraged to submit information on their systems; for these manufacturers, a method for getting the SmallSat to GTO is not required. For companies with this capability, they should explain how the SmallSat and propulsion system can be packaged on a typical GTO satellite primary launch.� In addition, the capability statement should provide a description of the orbit raising approach from GTO to GEO (number of days, orbits, and unique payload considerations for the proposed approach).� The SmallSat will not have a go/no-go or �hold� authority during countdown if launching as a secondary.� The SmallSat is very contamination sensitive due to the nature of the mission�s ultraviolet instrument for the purpose of rideshare. The Contractor will be responsible for integrating the SmallSat onto the launch vehicle. The Contractor will acquire and provide telemetry confirmation that the SmallSat has released. 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 on beta.SAM.gov.� 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 5 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: Company name and address; 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; Provide information demonstrating technical capability to meet the requirements described above;� Provide a description of a maximum of 5 government or commercial contracts in the last 3 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 Include a Rough Order of Magnitude (ROM) estimate of the fixed price of the service. This requirement is considered to be a commercial item is 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 Jason Siewert at jason.r.siewert@nasa.gov no later than May 20, 2020 at 3:00 pm local time. Please reference this announcement in any response.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/437d19f39ce445a1a8001a387996b945/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05626961-F 20200422/200420230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.