Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2024 SAM #8269
SOURCES SOUGHT

A -- Sources Sought Notice 2024

Notice Date
7/16/2024 11:22:59 AM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NASA AMES RESEARCH CENTER MOFFETT FIELD CA 94035 USA
 
ZIP Code
94035
 
Solicitation Number
80ARC024AOSS
 
Response Due
12/31/2024 11:59:00 PM
 
Archive Date
12/31/2024
 
Point of Contact
Patrick Yamamoto, New Opportunities Center
 
E-Mail Address
patrick.e.yamamoto@nasa.gov, ARC-Sources-Sought@mail.nasa.gov
(patrick.e.yamamoto@nasa.gov, ARC-Sources-Sought@mail.nasa.gov)
 
Description
SOURCES SOUGHT SPECIAL NOTICE 2024 NASA Ames Research Center (ARC) is seeking partners interested in developing competitive proposals in response to NASA Announcements of Opportunity (AOs), Broad Agency Announcements (BAAs), Missions of Opportunities (MoOs) and proposal calls from other government agencies. ARC is interested in identifying potential partners that can perform science investigations, conduct research activities, and develop and demonstrate new technologies that are aligned with NASA�s goals. Information is also sought regarding partners that, in addition to performing substantial research, can provide flight hardware (i.e., spacecraft, deployment systems, suborbital systems, ground support systems, equipment, or instrumentation) necessary to implement proposed science investigations, research activities or technology demonstration missions. NASA often competitively selects scientific investigations, technology development and demonstration missions through solicitations or announcements posted on NSPIRES http://nspires.nasaprs.com/external. These missions are typically led by a single Principal Investigator (PI), Principal Technologist (PT), or Project Manager (PM). The PI, PT, or PM may be from Government or non-Government institutions, including academic institutions, industry or nonprofit entities, one of NASA�s nine field Centers, NASA�s Jet Propulsion Laboratory (JPL), other federally funded research and development centers, or other U.S. Government agencies. Mission teams may be formed from any combination of these institutions including international partners. ARC may respond to an AO or other proposal calls in either a lead or supporting role. ARC has a history of responding to a wide variety of NASA AOs including: planetary exploration AOs from the NASA New Frontiers Program (https://www.nasa.gov/planetarymissions/newfrontiers.html), the NASA Discovery Program (https://science.nasa.gov/solar-system/programs/discovery), and the NASA SIMPLEx program (https://soma.larc.nasa.gov/simplex/); various AOs from the NASA Explorers Program (https://explorers.gsfc.nasa.gov) including MIDEX, SMEX, and Missions of Opportunity (MoO); and Research Opportunities in Space and Earth Sciences (ROSES) AOs. ARC anticipates responding to current and future AOs in these and other areas as well. A full description of current, future, and past calls for proposals from SMD, STMD, ESDMD, SOMD, and ARMD at NASA Headquarters can be found at http://nspires.nasaprs.com/external. Additional information is available at http://science.nasa.gov/researchers. �� This synopsis/special notice is posted annually in anticipation of upcoming AOs and may have subsequent specific updates as ARC seeks partners for specific proposal opportunities. ARC is currently considering responding to AOs from NASA's Science Mission Directorate (SMD), Space Technology Mission Directorate (STMD), Space Operations Mission Directorate (SOMD), and Exploration Systems Development Mission Directorate (ESDMD). Current NSPIRES AOs to which ARC may be interested in responding to are listed below by NASA Mission Directorate. ARC is interested in responding to future NSPIRES AOs and AOs from other sources, such as NSF, NIH, and others within the next several years. Responses from prospective partners are encouraged even if a particular solicitation is not on the list below. ARC typically begins many of its efforts in response to planned or anticipated future AOs 18 to 36 months in advance of the release of the draft AO. Science Mission Directorate Research Opportunities in Space and Earth Sciences 2024 (ROSES): Solicitation: NNH24ZDA001N Note:� There are a number of independent solicitations under this announcement.� Of particular interest to Ames are those associated with:� Earth Sciences, Heliophysics, Astrophysics (e.g., Astrophysics PIONEERS), Space Biology, Instruments (e.g., Life Detection), Payloads and Research Investigations on the Surface of the Moon (PRISM), Planetary Instrument Concepts for the Advancement of Solar System Observations (PICASSO), and Maturation of Instruments for Solar System Exploration (MATISSE). Forthcoming Release of the New Frontiers 5 (NF5) Announcement of Opportunity: Solicitation: �NNH23ZDA006J (https://newfrontiers.larc.nasa.gov/NF5/) Forthcoming Release of Calls from the Mars Exploration Program �Exploring Mars Together: A Plan for a Sustainable Future for Science at Mars� Solicitation: TBD Note: The future plan communicates potential competed processes for low-cost, medium-class, and competed payload missions to Mars. (http://go.nasa.gov/3LWGfYQ) Responders to this notice are encouraged to submit questions to the identified POC in writing. Pertinent information from questions and answers will be shared with all interested parties without disclosing the identity of the sources of the questions.� Responses to this notice may be submitted at any time. �However, ARC reserves the right to complete its evaluation of responses in a time frame necessary to support timely submission of an ARC proposal to a particular opportunity. �ARC may hold optional oral presentations, meetings or written exchanges via email with potential proposal partners to obtain additional information. �Oral presentations will have a specified period of time to present and for questions and answers. Responses to this notice will not be returned. All responders to this notice should be aware that NASA support service contractors may have access to their responses to this notice and subsequent proposal information. All information received in response to this notice that is marked �Proprietary' will be handled and protected accordingly. NASA support service contractors are obligated to protect third-party proprietary information. By submitting a response to this notice, the responder is deemed to have consented to release of proprietary information to such NASA support service contractors. 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. Submitted responses will be maintained for possible future opportunities for 3 years after receipt. Of the current and upcoming NASA AO calls described above, responders to this notice should identify which announcement(s) are appropriate for their capabilities.� However, responses may be considered for partnering for any of the opportunities listed above, or other future opportunities.� Additional information may be requested to determine potential partnering relationships.� Responses to this sources sought notice should include brief summaries of the following information as relevant (Responses only need to address the elements they wish to partner on): 1.�� �Spacecraft systems including bus and/or subsystems: 1) Describe spacecraft, bus, and/or subsystem mission element capabilities the responder has to offer. 2) Identify particularly critical or challenging areas that have been overcome in previous work. 3) Identify spacecraft, bus, and/or subsystem relevance and compliance to the applicable mission class (class A, B, C, or D) 4) Discuss current capabilities for Integration and Test (I&T) flow of the spacecraft, bus and/or subsystem(s). 5) List the skills available to support a spacecraft or subsystem(s) through all mission phases. 6) Identify responder's support facilities for a spacecraft and/or subsystem(s) e.g., fabrication, I&T, storage, etc. 7) Indicate the resources (skills and time) that would be allocated to the potential proposal development phase. 2.�� �Payload, instrumentation or subsystems, including Drill, Excavator/Probe, and Sample Transfer Systems (one or multiple): 1) Address payload, instrumentation and/or subsystem(s) mission element capabilities the responder has to offer. 2) Identify particularly critical or challenging areas that have been overcome in previous work. 3) Identify payload, instrumentation, and/or subsystem relevance and compliance to the applicable mission class (class A, B, C, or D). 4) Discuss current capabilities for Integration and Test (I&T) flow for the payload(s), instrumentation, or subsystem(s). 5) List the skills available to support a payload through all mission phases. 6) Identify responder's support facilities for payload(s) e.g., fabrication, I&T, storage, etc. 7) Indicate the resources (skills and time) that would be allocated to the potential proposal development phase. 3.�� �Payload delivery capability to planetary surfaces: 1) Describe the planetary (Moon, Mars, etc.) payload delivery capability for entry, descent, and landing. 2) Describe the payload accommodation aspects of the delivery capability (e.g., payload mass, volume, power) and any relevant performance considerations, e.g., dependence on landing altitude. 3) Indicate any special aspects of the capability that might be relevant to NASA missions. 4) Discuss relevant spacecraft development and operations capabilities that the proposer has to offer. 5) Discuss current capabilities for integration and testing flow for the spacecraft and payload(s). 6) Identify support facilities (fabrication, I&T, storage, etc.) available for spacecraft and/or payload(s). 7) List the skills available to support the delivery capability through all mission phases. 8) Indicate the resources (skills and time) that would be allocated to a potential proposal development phase. �� � 4.�� �Scientific concepts, Technology Demonstration concepts or Mission Architecture: 1) Provide a research topic or mission concept related to the particular solicitation of interest and why the topic is relevant to the solicitation. 2) Provide an overview of the mission concept. 3) Identify existing or proposed partners, their role, the role of the responder's organization, and the role of NASA Ames in the proposed mission. 4) Identify the Rough Order of Magnitude (ROM) cost for the mission concept. 5) Address mission element capabilities the responder has to offer. 6) Indicate the resources (skills and time) that would be allocated to the potential proposal development phase. 5.�� �Integration with Launch Services: 1) Address secondary launch system capabilities and launch dispensing systems for the spacecraft systems the responder has to offer. 2) Identify particularly critical or challenging areas that have been overcome in previous work. 3) Discuss current capabilities for Integration and Test (I&T). 4) Identify the Rough Order of Magnitude (ROM) cost. 5) Identify responder's support facilities for the launch and dispenser integration. 6) Indicate the resources (skills and time) that would be allocated to the potential proposal development phase. � For the purposes of determining potential partnership opportunities, ARC will evaluate the responses received based on alignment with the Agency's goals, compliance with the announcement requirements, feasibility and suitability of the concept, and/or and its alignment and/or complementary nature with Ames' interests and capabilities.� The criteria for consideration are listed below: Ability to work as part of a government-industry team that may include other industrial partners, academia, and/or international partners. Innovative technical and partnering approaches that could be used to minimize cost and/or schedules without increasing overall mission risk. History of delivering spacecraft, payloads, or instruments with proven technical and cost performance. Also, if applicable, depth of experience in spacecraft bus and/or payload management/development, including but not limited to: systems engineering, bus and/or payload fabrication and test, subcontract management, quality management, safety management, materials and processes/contamination control, payload integration and test support, observatory functional and environmental testing, shipment to the launch site, launch vehicle integration support, preparations for and the conduct of launch and early orbit checkout operations, on-orbit operation support, and sustaining engineering support including flight software maintenance. Prior to final selection as a partner, respondents may be required to provide documentation of demonstrated cost, schedule and technical performance. In order to receive consideration respondents must submit a brief response that includes the information requested in this notice, including answers to the relevant questions listed above for each proposed partnership. For each proposed partnership the response should specify the type of partnership the responder is interested pursuing, including specific opportunities if known and highlighting work performed. The following requirements for the response must also be met: The response must include: The name, physical address, and website of the company or organization A company point of contact (POC) who can answer questions from NASA Address, email, and phone number of the company POC The response must not exceed 10 pages (Arial font not smaller than 12-point) for each proposed partnership. Send responses in PDF format by email to therese.m.jorgensen@nasa.gov Include the synopsis number and company name in subject line of the email response. Note:� The response will be maintained for three years after receipt. If yours is a commercial firm, your response must also include: Size of business and number of employees; average annual revenue for past 3 years; ownership - large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned and whether the company is U.S. or internationally-owned; number of years in business; and affiliate information: parent company (US or international), and joint venture potential teaming partners (prime contractor if potential sub, or subcontractors if potential prime). This notice should not be construed as a solicitation; therefore, please do not request a copy of a solicitation. It is the responder's responsibility to monitor FedBizOpps for any changes to this notice.� Point�of Contact New Opportunities Center, ARC-Sources-Sought@mail.nasa.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/77f096f05da24dff86f4781e67ae3101/view)
 
Place of Performance
Address: Moffett Field, CA 94035, USA
Zip Code: 94035
Country: USA
 
Record
SN07130766-F 20240718/240716230118 (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.