Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 10, 2021 SAM #7161
SOLICITATION NOTICE

V -- NASA Launch Services II 2021 On-Ramp

Notice Date
7/8/2021 12:38:51 PM
 
Notice Type
Presolicitation
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
NASA KENNEDY SPACE CENTER KENNEDY SPACE CENTER FL 32899 USA
 
ZIP Code
32899
 
Solicitation Number
RFP10-99-0021_Rev_P
 
Response Due
7/23/2021 1:00:00 PM
 
Archive Date
08/07/2021
 
Point of Contact
Logan Herd, Phone: 3218670232, Fax: 3218674848, Rob Wolfinger, Phone: 3218678592, Fax: 3218674848
 
E-Mail Address
logan.herd@nasa.gov, Rob.wolfinger@nasa.gov
(logan.herd@nasa.gov, Rob.wolfinger@nasa.gov)
 
Description
The NASA Launch Services (NLS) II Request for Proposal (RFP) was issued on September 4, 2009, and remains open for a period of fifteen years from the effective date through the use of an innovative on-ramp provision found in Section C, Clause 2.0. The NLS II contract�s ordering period remains valid through June 30, 2025.� The RFP has resulted in the award of Indefinite Delivery Indefinite Quantity (IDIQ) task order contracts to United Launch Services, LLC., Orbital Sciences Corporation (currently known as Northrop Grumman Innovation Systems), Space Exploration Technologies, and Blue Origin Florida, LLC. Each August during the life of the solicitation, or at any other time established via synopsis, the Government will accept proposals from new launch service providers for IDIQ contracts and proposals from existing IDIQ contractors for additional launch services. Launch services proposed under the NLS II solicitation shall only include launch vehicles capable of being certified to risk mitigation Category 2 and 3 in accordance with NASA Policy Directive 8610.7D Launch Services Risk Mitigation Policy for NASA-Owned and/or NASA-Sponsored Payloads/Missions. These launch services, at a minimum, shall be capable of delivering a 250kg payload to orbit at an altitude of 200km and a launch inclination of 28.5 degrees. This acquisition is restricted to domestic sources. Minimum contract requirements will be set forth in Attachment E3, Paragraph 1.0 of the NLS II RFP if released. Specifically, in addition to the launch vehicle requirements described above, offerors must be domestic launch service providers and must be AS9100 certified by the date of contract award. � Based on NASA�s knowledge of the current U.S. domestic launch service marketplace and the upcoming 2021 Launch Services Program launch manifest, NASA does not anticipate releasing a solicitation to request proposals for a 2021 on-ramp. To accommodate interested parties, NASA plans to accelerate the 2022 on-ramp synopsis to early 2022 �any new or existing offerors to on-ramp a launch vehicle. Offerors are encouraged to monitor sam.gov for more details on the 2022 on-ramp. An ombudsman has been appointed in accordance with NFS 1852.215-84.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d6af74fb151e4fa0bfbf78914a7b352d/view)
 
Place of Performance
Address: FL 32899, USA
Zip Code: 32899
Country: USA
 
Record
SN06054960-F 20210710/210708230126 (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.