Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 08, 2023 SAM #8046
SOLICITATION NOTICE

V -- Venture-Class Acquisition of Dedicated and Rideshare (VADR) Launch Services

Notice Date
12/6/2023 4:13:10 AM
 
Notice Type
Presolicitation
 
NAICS
481212 — Nonscheduled Chartered Freight Air Transportation
 
Contracting Office
NASA KENNEDY SPACE CENTER KENNEDY SPACE CENTER FL 32899 USA
 
ZIP Code
32899
 
Solicitation Number
80KSC021R0034_On-Ramp_Issue01
 
Response Due
12/11/2023 9:00:00 AM
 
Archive Date
01/07/2024
 
Point of Contact
Kathy Owen, KSC-VADR
 
E-Mail Address
ksc-vadr@mail.nasa.gov, ksc-vadr@mail.nasa.gov
(ksc-vadr@mail.nasa.gov, ksc-vadr@mail.nasa.gov)
 
Description
12/6/2023 Amendment 2 has been posted, which includes: 1. Extending the proposal due date from no later than 12:00 PM ET, December 11, 2023 to no later than 12:00PM ET, December 18, 2023. 2. The Launch Service Interface Requirements Documents (LSIRDs) examples for CLIN 1 and CLIN 2 have been posted and are located in Section Attachment/Links. ********************************************************************************************************************** 11/30/2023 Amendment 1 has been issued and posted, which includes: � 1. Questions and responses have been posted and are located in Section Attachment/Links. 2. Change log has been posted to capture minor updates in the RFP and are located in Section Attachment/Links. 3. RFP Amendment 1 has replaced VADR RFP_on-ramp 2023 in its entirety. �Please refer to the change log for the minor updates. 4. Appendix B, LSIRD sample will be posted as soon as current one is released; however, this is a curiosity release (an example) and not necessary for proposal development for the VADR On-Ramp RFP.� �� � Prospective Offerors please be advise that a blackout period is in effect for this On-Ramp RFP and will end upon award of contract(s), if any. The blackout period is a specified time during a competitive procurement process in which any Offeror, or its agent or representative, is prohibited from communicating with any NASA personnel, civil servants or contractors, other than the Contracting Officer, involved in any step in the procurement process, about the affected procurement. Improper communication could jeopardize the integrity or successful completion of the acquisition. Therefore, compliance with the above will ensure the dissemination of uniform responses to all inquiries and eliminate the possibility of preferential treatment of any prospective offerors ********************************************************************************************************************************************* The National Aeronautics and Space Administration (NASA) John F. Kennedy Space Center�is pleased to release the on-ramp VADR RFP, 80KSC021R0034_REV A, for the on-ramp�opportunity under the VADR acquisition as described in the original VADR RFP�80KSC021R0034, Section 2.11 On-Ramp and Technology Insertion.� In accordance with RFP provision 6.4.9, Communications Regarding this Solicitation,�questions regarding the RFP should be received no later than November 14, 2023, to allow�for analysis and dissemination of responses in advance of the proposal due date. All�questions and the Government's response, as well as any amendments to the RFP will be�posted to SAM.gov under solicitation number 80KSC021R0034_Rev A.�For reference, please find the attached original RFP questions and responses in the attachement section For reference_original VADR Questions and Responses. ************************************************************************************************************************************************** 10/30/2023 The Government has determined that a Request for Proposal (RFP), VADR Rev A, potential schedule as follows: � � � � RFP release: Early November � � � � Questions Due Date: November 13, 2023 (dependent on release and potential shut-down) � � � � Proposal Due Date: Early December For your convenience, the Government has created a document titled �VADR Change Log� to provide potential VADR RFP Rev A updates/revisions from the original RFP (link was provided in this posting under the Attachments/Links Tab) and has been placed in the Attachment/Link Tab.� Prospective offerors are cautioned to review the released VADR Rev A, RFP (Early November) carefully and in its entirety to discern all changes, as this RFP takes precedence over the information provided in this document. Additionally, the Government is providing one more response, see below: Question: Our main purpose in communicating directly is to see if considerations could be made to relax the requirements overall or for in the case when a task order is issued and there isn�t any �U.S. capacity� available (for CLIN 2 only), we (and others) could then bid, still ONLY using U.S. launch services as the primary vehicle �, but allowing secondary payloads/OTVs under the 2013 policy point (from page 8) below allowing an exemption when: ��Consistent with interagency standards and coordination guidelines,�such an exemption is not required for United States Government use of foreign launch vehicles to support: ���Launches of secondary technology demonstrator or scientific payloads for which no U.S. launch service is available. A secondary payload is an independent, typically smaller spacecraft relative to the primary spacecraft, but is dependent on the primary spacecraft�s launch vehicle, schedule, and other launch parameters to achieve orbit; or ���Hosted payload arrangements on spacecraft not owned by the United States Government. A hosted payload is a sensor or instrument that is integrated to a host spacecraft and dependent upon one or more of the host spacecraft�s subsystems for functionality.� Government Response to the three-part question as follows: Relaxation request: Since this is an on-ramp competition and rules/procedures have been established with the original request for proposal (RFP), a relaxation of any requirement is not allowed. This relaxation would have had to be requested and determined feasible on the original RFP. CLIN 2 only: For awareness, the RFP does not allow for only CLIN 2 to be proposed in accordance with RFP sections 6.4.10, Proposal Content and 6.4.11, Volume 1, Technical/Management Capability.� 2013 Policy request: The RFP does not allow for only a CLIN 2 proposal and there are 11 viable U.S. providers, this significantly reduces the likelihood that a U.S. launch service will not be available. Since, the Government determined all VADR offerors shall comply with Clause 2.21, Domestic Source Criteria. If by chance, one of these providers are not able to provide a launch service then that launch service would have to be competed or obtained in a different method and not through the VADR RFP process. *********************************************************************************************************************************************** 10/6/2023 Additional Questions and Responses 1.�� �Can you clarify when the submission deadline is for the VADR on-ramp RFP? � � Response: The closing date of RFP submissions has not been established. 2.�� �Can you provide the time duration between the pre-solicitation close and the RFP release for the original VADR RFP? Similarly, can you provide the time duration between RFP release and RFP close for the original VADR RFP? If you are unable to answer the above, can you provide the estimated response time after RFP release?� Response: The original draft RFP responses were due on April 22, 2021 and the RFP was released on May 27, 2021. �The original VADR RFP release was on May 27, 2021, with responses due on June 28, 2021. 3.�� �Do proposers with a launch vehicle configuration using a non-core propulsive stage (i.e., OTV provider) need to comply with the Launch Vehicle Certification document (LSP-PLN-324.01, Rev. C)?� Response: Potential Offerors must comply with the RFP. �The launch vehicle certification document would apply for task orders that require Category 1 launch vehicle certification. �Not all task orders require Category 1 launch vehicle certification. For task orders requiring Category 1 certification, the launch vehicle being proposed for the launch service task order must be Category 1 certified prior to launch. See the Definitions Attachment 4 of the original RFP for definitions. 4.�� �Is the Past Performance contract info required of the Major Subcontractor if the Major Subcontractor operates a Category 3 certified launch vehicle with an industry-leading traditional LEO rideshare delivery service with public data on years of successful missions?� Response: All requisite provisions of the RFP must be complied with by submitting Offeror�s.� 5.�� �If the Major Subcontractor is unwilling to sign a Consent letter and share contract information due to company policy, while being the best cost-effective commercial launch option for the OTV, would the proposer's VADR proposal be evaluated as ""Unacceptable""? � Response: Potential Offerors must comply with the RFP. � **************************************************************************************************************************** 10/4/2023 Questions and Responses� 1.�� �Can you confirm the Trade Agreements Act (TAA) of 1979 would be applicable. Allowing us to Prime, while meeting the domestic production rules under the TAA.� Response: The TAA reference is not applicable. As the RFP clause cites the Public Law 105-303, Title II, section 201 and the United States National Space Transportation Policy, dated November 21, 2013; therefore, offerors will be required to certify in accordance with these two cited documents.� 2.�� �Or if we Sub to a U.S. Prime, is that also a viable pathway.� Response: Please refer to the references above, and TITLE 51�National and Commercial Space Programs �50101 Definitions for the United States commercial provider. For reference, a PDF file of the Public Law has been uploaded along with links to the United States National Space Transportation Policy and TITLE 51�National and Commercial Space Programs �50101 Definitions have been provided in this Presolicitation notice in the Attachment/Links section. ************************************************************************************************************************************** NASA Venture-Class Acquisition of Dedicated and Rideshare (VADR) Launch Services 2023 On-Ramp� The NASA Venture-Class Acquisition of Dedicated and Rideshare (VADR) Launch Services Request for Proposal (RFP) was issued on May 27, 2021 and remains open for a period of five years from the effective date through the use of an innovative on-ramp provision found in Section 2.11, Clause 2.11.1. The VADR contract�s ordering period remains valid through five years from date of contract award.� Currently, there are 11 eligible providers as part of the Indefinite Delivery Indefinite Quantity (IDIQ).� These providers are: ABL Space Systems, Astra Space, Inc., Blue Origin Florida, LLC, Firefly Space Transport Services, LLC, L2 Solutions, LLC, Northrup Grumman System Corp., Phantom Space Corp., Relativity Space, Inc., Rocket Lab USA, Inc., Space Exploration Technologies, Corp., and United Launch Services, LLC. During the life of the solicitation and at the time established via synopsis, the Government will accept proposals from launch service providers for new IDIQ contracts. � At a minimum, launch services proposed under VADR require the below: Launch site agreements for at least one launch site to be used in support of task orders awarded under this contract. Evidence of at least one of the following: Launch attempt (intentional ignition) of common launch vehicle configuration being proposed including, but not limited to, the outcome of the launch attempt Successful launch reaching an altitude of 100km or greater (can include any launch vehicle in the Offeror�s fleet) Development tests demonstrating at least 50% of the flight thrust at the complete full-scale single engine assembly level for all core stage engines of the common launch vehicle configuration being proposed. If Offeror is proposing to use a launch vehicle provided by another company e.g., broker services, transfer vehicle, agreements will be required for each proposed vehicle. Original RFP link: https://sam.gov/opp/587b4fae322942b292baccda3098ae13/view� �(copy and paste into browser) The anticipated RFP will be restricted to domestic sources as described below: DOMESTIC SOURCE CRITERIA In addition to the certification regarding United States commercial provider of space transportation services (Public Law 105?303, Title II, Section 201), the Contractor shall continue to comply with domestic source criteria established below and with United States National Space Transportation Policy, dated November 21, 2013. Failure to comply with the criteria may be grounds for �Termination for Cause� in accordance with FAR 52.212?4(m). Participation in this procurement is restricted to prime Contractors from the United States launch vehicle/services industry. �United States industry� means any corporation, partnership, joint venture, association, or other entity which is organized or existing under the laws of the United States or any State, and whose controlling interest is held by United States citizens. �Launch services� means all services required in the performance of this contract, excluding those necessary to produce or manufacture launch vehicles, its components and other equipment and facilities required in the performance of the contract. �Controlling interest� means ownership of an amount of equity in such entity sufficient to direct management or to void transactions entered into by management. Ownership of at least fifty?one (51) percent of the equity creates a rebuttable presumption that such interest is controlling; however, the ultimate determination as to whether the interest is controlling resides with NASA. The Contractor shall provide in the performance of this contract launch vehicles that are domestic end products. The launch vehicle shall be a domestic end product only if the cost of its components, mined, produced or manufactured in the United States exceeds 50 percent of the cost of all its components. The cost of each component includes transportation costs to the place of incorporation into the launch vehicle and any applicable duty (whether or not a duty?free entry certificate is issued). �Components,� as used in this contract clause, means those materials and supplies directly incorporated into the end product. The Contractor shall provide, in the performance of this contract, domestic launch services. Launch services shall be considered to be domestic if the cost for launch services performed by United States industry sources exceeds 50 percent of the cost of the total required launch services. It is requested that any interested party notify NASA in writing no later than October 17, 2023, of your intent to submit a proposal during this on-ramp period as well as a description of the launch vehicle configuration(s) you intend to propose and current flight manifest. �If no viable responses are received, NASA will not conduct a 2023 VADR On-Ramp. An ombudsman has been appointed in accordance with NFS 1852.215-84.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c9543b81905f4be2bb88774456ea8b18/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06904180-F 20231208/231206230045 (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.