SOURCES SOUGHT
99 -- International Space Station Deorbit Capability
- Notice Date
- 8/25/2022 10:09:46 AM
- Notice Type
- Sources Sought
- Contracting Office
- NASA JOHNSON SPACE CENTER HOUSTON TX 77058 USA
- ZIP Code
- 77058
- Solicitation Number
- 80JSC022ISSDeorbit
- Response Due
- 9/16/2022 1:00:00 PM
- Point of Contact
- Ashley Chaves, Phone: 281-792-7921
- E-Mail Address
-
ashley.h.chaves@nasa.gov
(ashley.h.chaves@nasa.gov)
- Description
- This is Modification 1�to the special notice entitled ""International Space Station Deorbit Capability"",�80JSC022ISSDeorbit,�which was posted on August 19, 2022. You are notified that the following change is made:� 1. The due date for responses�is�extended to September 16, 2022. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). NO PROPOSALS ARE TO BE SUBMITTED IN RESPONSE TO THIS NOTICE. This notice is issued by the National Aeronautics and Space Administration (NASA)/Johnson Space Center (JSC) to solicit responses from interested parties to gauge industry�s capabilities to provide deorbit capabilities for the International Space Station (ISS). This document is for information and planning purposes and to allow industry the opportunity to verify the reasonableness and feasibility of the requirement, as well as promote competition.� Background: The ISS is a large, complex, multi-national space station operated in low-Earth orbit by the NASA and its International Partners (IPs).� At the completion of ISS operations, currently planned through 2030, the ISS must be safely deorbited via a controlled reentry into an unpopulated region.� It is the responsibility of all ISS partners to ensure the safe deorbit and reentry of the ISS at its end-of-life (EOL). Section 303(c)(2) of the Public Law 115-10, the National Aeronautics and Space Administration Transition Authorization Act of 2017, calls for NASA to perform �an evaluation of the feasible and preferred service life of the ISS beyond the period described in section 503 of the National Aeronautics and Space Administration Authorization Act of 2010 (42 U.S.C. 18353)� and �an identification of the necessary actions and an estimate of the costs to deorbit the ISS once it has reached the end of its service life.� Per ISS International Partner agreement and request, NASA is issuing this Request for Information (RFI) to assess industry�s capability to design, develop, manufacture, launch, and provide the on-orbit operation to enable a controlled re-entry and the safe deorbit the ISS. The deorbit vehicle shall attach (via docking or berthing) to the ISS at least one (1) year prior to the planned ISS reentry date to enable adequate time for on-orbit tests and checkouts.� ISS altitude lowering can occur naturally via atmospheric drag or via Russian propulsive control from the deorbit vehicle rendezvous altitude to the final circular holding altitude at approximately 270 km, where maneuvers will be performed as necessary to establish proper ground tracks prior to the final deorbit burn sequences.� Below 270 km, a combination of natural decay and/or propulsive maneuvers will reduce the ISS perigee to approximately 150 km.� Shortly thereafter, the deorbit vehicle will perform the final reentry burn resulting in a controlled reentry of the ISS within a pre-defined, uninhabited entry corridor.� Throughout the final series of deorbit events, the deorbit vehicle will be responsible for providing both delta-v and attitude control of the ISS. Although nominal ISS EOL is late 2030, the Government requires that this deorbit capability be available as soon as possible to protect for contingencies that could drive early re-entry and beyond 2030 in the event of further ISS mission extensions.� Ground Rules and Assumptions: The deorbit vehicle design and operations shall enable a contingency call-up for launch on-need to support an earlier than nominal plan de-orbit scenario.� This call may be made as late as L-6 months prior to the needed de-orbit date. The deorbit vehicle design and operations shall support a later than nominal plan de-orbit scenario due to the extension of the ISS EOL beyond 2030. The deorbit vehicle shall remain on-orbit in a quiescent mode for a minimum of one year preceding the final deorbit burn. The deorbit vehicle design and operations shall allow rendezvous and attach to the ISS at Node 2 Forward. The deorbit vehicle design and operations shall allow for operational scenarios including both a crewed and uncrewed ISS. The deorbit vehicle design may require complex software development including autonomous operations and failure response late in the deorbit phases. The deorbit vehicle is a must-work function. The deorbit vehicle shall be capable of providing at least 47 m/s of delta-v for the ISS at 450,000 kg mass. The deorbit vehicle shall provide a minimum total thrust of 3236 N. The deorbit vehicle shall provide attitude control for the mated stack throughout the deorbit sequence of events. Additional detail on the concept of operations can be found in the �ISS Deorbit USOS Concept of Operations Overview� presentation attached below. Request for Information: Respondents are requested to provide the following information to assist in NASA's preparation of a potential future Request for Proposal (RFP). Procurement Interest / Classification Please identify your company�s level of interest, capabilities, relevant experience, and any additional information that may assist the agency. Please comment on which North American Industry Classification System (NAICS) code(s) are most applicable to the acquisition envisioned by NASA. Please comment on which Product Service Code(s) (PSC) are most applicable to the acquisition envisioned by NASA. Contract Type / Incentive Arrangement Describe and provide the rationale for a desired contract type(s) and any contract types that would discourage your company from proposing on this effort. If a hybrid contract type is recommended, please provide a rationale for why along with a recommendation of when the transition of contract type should occur. Address any known risks and/or benefits associated with your company�s recommended arrangement and provide any appropriate mitigation techniques. �Examples for consideration include: Hybrid Cost-Plus & Fixed Price Supply Hybrid Cost-Plus & Fixed Price Service Specifically, identify any risks associated with a firm-fixed price contract. What contract structure (contract type, schedule, incentives, milestone payment schedule) would your company propose for this effort?� Examples for consideration include: Fixed Price � Commercial Service Fixed Price � Non-Commercial Service Fixed Price � Supply Specifically, identify any risks associated with a cost-reimbursement contract. What contract structure (contract type and incentives) would your company propose for this effort?� Examples for consideration include: Cost Plus Service Cost Plus Supply Teaming Arrangements NASA seeks industry inputs regarding potentially advantageous and synergistic teaming arrangements amongst potential suppliers. Risks and Liability Describe the safety, reliability, programmatic, and technical risks your company considers to be drivers from a program execution perspective and potential mitigating actions that may be appropriate for NASA to consider in its planning. Identify any known supply chain impacts to providing this capability in a timely fashion. � Provide considerations for how the government should contractually address liability for the performance of the de-orbit vehicle. Operational Challenges What is a reasonable length of time for the development, manufacture, and delivery of the vehicle? How would your company approach the launch requirement for delivering the vehicle to orbit?�� Please address any technical or programmatic challenges. How would your company approach the launch on need requirements for delivering the vehicle to orbit earlier or later than planned ISS EOL?�� Please address any technical or programmatic challenges. How soon prior to launch would your company need a decision on docking or berthing? �Please address any technical or programmatic challenges.� Identify challenges to maintaining a parallel path and a decision point for downselecting to a single configuration (L-X). Is there any additional information your company can share with respect to your approach for development, safety, reliability, qualification, production, operations, and schedule? How would your company approach real-time mission operations? Commercialization and Existing Capabilities Describe any existing systems or vehicles that could be used in the design and operation of your company�s vehicle. What approach(es) would your company recommend that NASA take in the development or acquisition process to avoid creating barriers to commercialization. Is there a future use of this capability for future Commercial Low Earth Orbit (LEO) destinations or other commercial efforts? Government Provided Service, Facilities and/or Hardware Describe any specific services, facilities and/or hardware that your company would find of value if provided by the Government. Percentage of New Development What percentage of this effort would your company classify as new development versus use of an existing solution?� For existing solutions, please identify the current use(s). � Recommended Proposal Preparation Time Provide a recommendation on the number of working days required to develop a detailed proposal. This presolicitation synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response.� The Government may not respond to questions/concerns submitted. The Government will use the information obtained from respondents to this RFI to finalize the RFP as necessary. All comments or questions shall be submitted electronically via email to ashley.h.chaves@nasa.gov, no later than September 16, 2022 at 3:00 PM Central. When responding reference 80JSC022ISSDeorbit. NASA Clause 1852.215-84, Ombudsman, is applicable.� The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html .�� If a solicitation is released, then it and any additional documents will be available on www.sam.gov.� It is the offeror's responsibility to monitor this website for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments, if any. NASA intends to publicize a listing of respondents in order to facilitate teaming arrangements. Should your firm desire not to be included in this listing, clearly indicate this desire in your response.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/975c5e4737584017bb9399e90d6f31ac/view)
- Record
- SN06442068-F 20220827/220825230134 (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 |