Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 6, 2001 PSA #2972
SOLICITATIONS

A -- ALTERNATE ACCESS TO STATION (AAS) SYSTEMS CONCEPT OF A LOGISTICS RESUPPLY SERVICE TO THE INTERNATIONAL SPACE STATION

Notice Date
November 2, 2001
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
ZIP Code
35812
Solicitation Number
8-1-1-8-D6585
Response Due
November 21, 2001
Point of Contact
Betty C. Kilpatrick, Contract Specialist, Phone (256) 544-0310, Fax (256) 544-4080, Email betty.kilpatrick@msfc.nasa.gov -- George E. Pendley, Contracting Officer, Phone (256) 544-2949, Fax (256) 544-2812, Email george.pendley@msfc.nasa.gov
E-Mail Address
Betty C. Kilpatrick (betty.kilpatrick@msfc.nasa.gov)
Description
NASA/MSFC plans to issue a Request for Offer (RFO)for systems requirements and a systems design of a logistics resupply service to the International Space Station (ISS). This in support of the Alternate Access to Station (AAS) element of the Second Generation Reusable Launch Vehicle Program. This effort is approximately one year in length to assess a logistics resupply service concept definition to ISS. This service concept and service plan will be part of a process used by NASA to potentially procure a commercial service for alternate access to station. The ISS Logistics Resupply Service concept definition should include a systems design and operations concept capable of transporting cargo from the surface of the Earth to the ISS requiring a launch vehicle and an orbital transfer vehicle with cargo carrying capability. It is desirable but not mandatory that the flight system be capable of returning cargo, intact, from the ISS to Earth. The systems design and service plan should address the launch vehicle, launch facilities, orbital transfer vehicle, transportation to/from ISS of the orbital rendezvous vehicle payload, all necessary subsystems, and a service plan with an estimated cost to implement a follow on service contract. The maturity level of the systems requirements and systems design at the end of the contract period should be such that future efforts could begin with the intiation of a preliminary design. Additionally, this RFO will ask for key enabling technology development required to implement a Logistics Resupply Service. Optionally, submittals may propose candidates for future NASA funded technology development projects. A DRAFT of the Statement of Work is attached for review and comments. Comments shall be submitted no later than November 21, 2001. The Government will not respond to questions or comments, but will consider them prior to issuing the RFO. The anticipated release date of the RFO is on or about December 17, 2001 with an anticipated offer due date of on or about February 1, 2002. Multiple awards of firm-fixed price contracts are being considered. This is not a small business set-aside; however, for the purpose of developing subcontracting baselines, any proposal submitted by large businesses, universities and non-profit organizations shall include a small business set-aside of at least 25%. Of the 25%, a minimum of 8% for small disadvanged businesses, 4% for woman owned small businesses, 2% for HUBZone small business concerns, 1% for veteran owned small businesses and 1% for historically black colleges and universities and other minority institutions has been established. This procurement shall be conducted utilizing Best Value Selection (BVS), which seeks to select an offer based on the best combination of price and qualitative merit (including past performance) of the offers submitted and reduce the administrative burden on the offerors and the Government. The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. The NAICS Code and Size Standard are 541710 and 1,000, respectively. The DPAS Rating for this procurement is DO-C9. The provisions and clauses in the RFO and model contract are those in effect through FAC 97-27. All qualified responsible sources may submit an offer which shall be considered by the agency. An ombudsman has been appointed -- See NASA Specific Note "B". The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in Microsoft Office 97 format and will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/MSFC Business Opportunities home page is http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=62 Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the Internet site 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). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html DRAFT STATEMENT OF WORK Note: Deviations from the milestones and the associated deliverables listed in paragraph 5.6, may be acceptable if justified in the proposal. DEFINITIONS ATP Authority to Proceed APAS Androgynous Peripheral Attachment System Berth Mating of a space object, whose motion is controlled by a grappling Remote Manipulator System (RMS), to another space object. Cargo Usable supplies CBM Common Berthing Mechanism Dock Mating of one space object, under its own flight control,to another. EVA External Vehicle Activity GFE Government Furnished Equipment Heavy Payload 4000 lbs usable cargo (Equivalent to Progress dry cargo) plus container/carrier Incremental Payload More than or equal to 500# but less than or equal to 4000# ISS International Space Station IVA Internal Vehicle Activity Launch Vehicle Multistage vehicle used to place a payload in low Earth orbit Light Payload Minimum of 500 lbs usable cargo plus container/carrier Mate To bring two pieces of hardware together so that they mechanically latch to each other. Payload Cargo plus its container/carrier BACKGROUND The ISS normally utilizes the Space Shuttle or internationally contributed foreign launch systems to deliver cargo to the ISS. The foreign launch systems currently baselined for use for re-supply are the Russian Space Agency (RSA) Progress, the European Space Agency (ESA) Automated Transfer Vehicle (ATV), and the Japanese National Space Development Agency (NASDA) H II Transfer Vehicle (HTV). NASA is interested in studying potential augmentation of these re-supply methods with a domestic capability utilizing commercial providers to meet ISS needs. This augmentation is envisioned to enhance ISS operability, meet station needs, or be used in the event currently baselined delivery methods are unavailable. MATERIAL PROVIDED At Authority to Proceed (ATP), NASA will provide the contractor with a previously defined set of ISS Logistics Resupply requirements. These logistics resupply requirements will define payloads for Design Reference Missions (DRM), and include the mass, volume, environmental constraints, hazard levels, and frequency of payload delivery to orbit. NASA will also provide the contractor with an estimate of a rapid response flight time needed to deliver small payloads to orbit. NASA will provide other ISS documentation as required. SCOPE The Logistics Resupply Service shall include a systems design concept and operation concept capable of transporting cargo from the surface of the Earth to the ISS. It is desirable, but not mandatory that the flight system be capable of returning cargo, intact, from the ISS to Earth. The maturity level of the systems design and operations concept should be such that a follow on effort could begin with the initiation of a preliminary design. Innovative practices and contractor expertise should be employed in the development of a concept for this Logistics Resupply Service. The proposed Logistics Resupply service should define a concept that includes autonomous rendezvous and proximity operation for transfer of items to the ISS. The contractor shall provide a service plan with a cost estimate to develop and implement a follow on service contract. The Logistics Resupply Service concept shall also include an assessment of the contractor's ability to meet the heavy payload mission, incremental payload mass below the heavy mission and light payload missions designed for a rapid response. The systems design shall be compatible with ISS requirements for visiting vehicles, SSP-50235 Interface Definition Document for International Space Station Visiting Vehicles. Additionally, the contractor shall define key enabling technologies required to implement their concept. Optionally, the contractor may propose candidates for future NASA funded, AAS enabling technology development projects. Such technology development projects shall not be proprietary in nature due to the desire of the government to openly share technologies that could improve operating systems or enable commercial capabilities. 5.1 Systems Concept Elements The elements for the Logistics Resupply Mission are as follows. 5.1.1 Launch Facility and Ground Processing The contractor shall determine the launch facility to be used, an assessment of it's availability, prior use, range safety, attainable orbits, parameters/restrictions on launch vehicles, any special hazard requirements imposed on flights, and cost estimate for usage of this facility. The contractor shall also evaluate the ground processing requirements for both launch vehicle and the Orbital Transfer Vehicle and the suitability of the launch facility for payload preparation, and include any payload constraints required at this facility. 5.1.2 Launch Vehicle The contractor shall determine a systems concept through a make or buy decision for a Launch Vehicle to perform an AAS mission. The Launch Vehicle concept shall include the lift capability, the number of stages, the type propellant, the thrust to weight ratio, whether it is an expendable or reusable vehicle, applicable augmentation requirements, vehicle unique ground operations, launch vehicle availability, projected fleet size, and reliability assessment. 5.1.3 Orbital Transfer Vehicle The contractor shall determine a systems concept for an Orbital Transfer Vehicle to perform the mission stated in section 5. The concept shall include major subsystems (i.e. avionics architecture concept), the Orbital Transfer Vehicle weight, the interface with the launch vehicle, and the payload capacity to ISS in terms of weight and volume, the return payload capacity from ISS to Earth in terms of weight and volume if the vehicle is reusable, and a reliability assessment. The contractor shall define payload-packaging concepts for the given requirements noting pressurized versus non-pressured constraints, whether it is expendable or reusable, and the propulsion capability/performance of the orbital transfer vehicle. The contractor shall also provide an overall assessment of the Orbital Transfer Vehicle's capability to comply with all given payload constraints and evaluation of how the Orbital Transfer Vehicle meets the requirements of SSP-50235, Interface Definition Document for International Space Station Visiting Vehicles. 5.1.4 Rendezvous and Proximity Operations with ISS The contractor shall define Orbital Transfer Vehicle operations inside and outside the Command and Control Zone of the ISS. The contractor shall identify any required modifications to ISS for rendezvous and proximity operations, with an assessment of ISS impacts for implementation. 5.1.5 Berthing/Docking with ISS The contractor shall determine a systems concept for the Orbital Transfer Vehicle berthing/docking and de-berthing/undocking with the ISS. The concept shall identify the proposed location of berthing/docking (i.e. an available CBM port, Russian port for IVA payload transfer, un-pressurized berthing/docking location on a truss for EVA payload transfer). The contractor shall assume that the Orbital Transfer Vehicle cannot dock to an APAS. If the contractor determines that the Orbital Transfer Vehicle will berth to a CBM, an evaluation of CBM passive half cost and availability shall be made, assuming that the contractor will purchase the CBM half. If it is determined that the Orbital Transfer Vehicle will dock to the Russian Segment, the contractor shall be responsible for negotiating all agreements with the Russians. The contractor shall identify any issues or modifications to ISS for berthing, docking, or support of the Orbital Transfer Vehicle with an assessment of ISS impacts for implementation. 5.1.6 Payload Transfer to/from ISS The contractor shall provide an operation concept for transfer of cargo elements to and from the ISS that addresses ISS human factors and crew time. The concept shall include constraints on the length of time the Orbital Transfer Vehicle can stay at the ISS, selected berthing/docking location, and compliance with ISS safety requirements. 5.1.7 Return The contractor shall address return capability of both the launch vehicle and orbital transfer vehicle. Return and recovery methods shall also be addressed. The contractor shall address the ISS safe disposal requirements, found in SSP-41000, for an expendable vehicle. 5.2 Government Furnished Equipment (GFE) The contractor shall not assume GFE for any portion of the service. If a unique capability owned by the government can be used efficiently, negotiations may be exercised for the use of such capabilities or equipment. The contractor shall identify any requirements that may be imposed on the ISS for purposes of communication, rendezvous aids, or berthing/docking aids that enable the contractor's concept for service. 5.3 Management Plan The contractor shall provide a management plan to define how the contractor will manage the contracted activities. The Plan shall address cost, schedule, quality and the control of these items. The Plan shall also contain a schedule, Work Breakdown Structure (WBS), and Documentation Tree. 5.3.1 Schedule A schedule of contract activities and milestones shall be updated monthly. 5.3.2 Monthly Reports Monthly reports shall be submitted to MSFC containing significant events occurring in the reporting period, current concerns, and the updated schedule. 5.3.3 Telecons Bi-weekly telecons shall be held with MSFC for the duration of the contract, to provide status and enlist NASA assistance where applicable. Additional telecons shall be supported as required. 5.4 Service Plan The contractor shall submit a service plan to NASA for providing a Logistics Resupply service to the ISS. The plan shall include detailed estimates of costs to the Government with supporting rationale, and the leadtime required before the service could be procured. Data should include, but not limited to, the minimum purchase of resupply services by NASA and flight rate required to support the projected costs to the Government. 5.5 Deliverables All reports and presentations shall be delivered to MSFC in paper and electronic form on CDs. Contractor format is acceptable, if the electronic form is accessible with Microsoft Office 98 or 2000. The number of CDs and paper copies will be negotiated prior to reviews. 5.6 Milestones, Meetings, and Reviews The contractor shall be responsible for documenting minutes for each of the following reviews and maintaining a log of associated actions and responding closures. 5.6.1 Technical Interchange Meeting (TIM) The TIM is to insure that all parties understand the technical requirements. It will be held at ATP+1 month at the contractor's facility. Contractor deliverables shall include as a minimum: 7 Management Plan 7 Schedule 7 System Requirements Document (SRD) (draft) 5.6.2 Interim Architecture & Technology Review (IATR) The contractor shall conduct this review at ATP+4 months at the contractor's facility. It will provide an opportunity to review the selected AAS Logistics Service systems architecture. The following accomplishments will be reviewed: 7 Top-level concept studies complete with an analytical assessment that demonstrates the viable architectures meet established needs, requirements, and/or objectives (i.e. ground processing and launch services, launch vehicle, and orbital transfer vehicle). 7 Assessment of enabling technologies and their readiness to support the viable system architecture elements. 7 A preliminary assessment of process risks and a risk management approach identified. 7 Develop a plan for providing the Key Enabling Technologies required to implement the contractor's design architecture. Contractor deliverables shall include as a minimum: 7 System Requirements Document (SRD) (preliminary) 7 Presentation charts (with sufficient detail) to document the contractor's architectural systems concept and identify key enabling technologies with development plan for an AAS Logistics Service. 5.6.3 System Requirements Review (SRR) The contractor shall conduct the SRR at ATP+8 months at the contractor's facility. The purpose of the SRR is to finalize the requirements for the AAS Logistics Service system. This will include a review of the mission needs, the functional decomposition process used to identify lower tier functionality, the allocation of the functionality thus exposed to lower tier items, performance requirements derived from system level functions, and system level constraints. The requirements should address the necessary aspects of the launch facility, ground operations, on-orbit operations, and hardware performance and functions. An updated SRD will be the basis for the review. The following accomplishments will be reviewed: 7 Concept definition complete for the recommended architecture. 7 Analytical assessment complete that demonstrates architecture meets established requirements, and objectives. 7 Process risks identified and a risk management approach complete. 7 System architecture and internal and external interfaces defined. Contractor deliverables shall include as a minimum: 7 System Requirements Document (SRD) (final) 7 Presentation charts to document proposed system architecture. 5.6.4 System Design Review (SDR) The contractor shall conduct the SDR at ATP+12 months at Marshall Space Flight Center. The purpose of the SDR will be to show the contractor has defined a viable Logistics Resupply Service system design that will meet the AAS Logistics Resupply operations, functional, and performance requirements. Accomplishments that will be reviewed include: 7 All system level trade studies and those needed to identify/select end/configuration items complete and results documented. 7 System architecture complete down through end or configuration items with specification tree overlay complete to that level as well. 7 Specialty assessments complete at the system level in support of the system design. 7 Configuration management process defined such that it is ready for starting preliminary design. 7 External interfaces defined in draft Interface Control Documents where appropriate. 7 Mature risk management process ready for implementation by the program with a list of specific risks defined and evaluated. Contractor deliverables shall include as a minimum: 7 Systems Design Document (SDD) 7 Service Plan The SDD shall include a detailed road map and schedule identifying required engineering, integration, and operations activities to develop and implement the AAS Logistics Resupply Service.
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=62#99062)
Record
Loren Data Corp. 20011106/ASOL001.HTM (D-306 SN5121R5)

A - Research and Development Index  |  Issue Index |
Created on November 2, 2001 by Loren Data Corp. -- info@ld.com