Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2009 FBO #2792
SOURCES SOUGHT

A -- RAPID RESPONSE SPACE WORKS-FORMERLY KNOWN AS CHILE WORKS

Notice Date
7/17/2009
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA09ORS001L
 
Response Due
7/31/2009
 
Archive Date
7/17/2010
 
Point of Contact
Patricia B. Hudson, Contracting Officer, Phone 650-604-3001, Fax 650-604-4646, Email patricia.b.hudson@nasa.gov - Kelly G Kaplan, Contracting Officer, Phone 650-604-5814, Fax 650-604-0912, Email kelly.g.kaplan@nasa.gov<br />
 
E-Mail Address
Patricia B. Hudson
(patricia.b.hudson@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA Ames Research Center (ARC) is partnering with the Operationally ResponsiveSpace Office (ORS) located at Kirtland Air Force Base in Albuquerque, New Mexico toestablish the Rapid Response Space Works (formerly known as "Chile Works"). NASA ARCwill serve as lead executing agent with overall contracting, programmatic and systemsengineering responsibilities.PLEASE NOTE: This notice is issued by the NASA/ARC to solicit responses from interested parties. Thisdocument is for information and planning purposes and to allow industry the opportunityto verify reasonableness and feasibility of the requirement, as well as promotecompetition. Detailed requirements for the acquisition have not been finalized, nor havethe specifics for the acquisition strategy been determined. Prospective offerors are invited to submit written comments or questions to: PatriciaHudson, no later than July 31, 2009. When responding reference Rapid Response SpaceWorks (RRSW).Comments may be forwarded to Patricia.B.Hudson@nasa.gov via electronic transmission or byfacsimile transmission at 650-604-4646.This preliminary information is not to be construed as a commitment by the Government,nor will the Government pay for the information submitted in response.Respondents willnot be notified of the results.Background: The ORS Offices mission is to plan and prepare for the rapid development of highlyresponsive space capabilities. The ORS Office will pursue innovative and affordableapproaches through basic research, applied research and advanced development focused on(but not limited to) payloads, buses, ground infrastructure and launch systems.The ORS Office is tasked with establishing the ability to provide rapid end-to-endcapability efforts to meet time-critical operational needs of the Joint Force Commanders(JFCs). The ORS Office plans to standup this capability over time with a phased crawl,walk, and run approach. Responsiveness is defined by the length of time required todeliver ORS capabilities. Achieving the timelines may not be possible at the outset, butwill remain an important goal as the ORS program matures: -EMPLOY: On-demand use of existing deployed assets in applications that mayextend or expand their original purpose. The objective of employment is to deliver thesecapabilities within minutes to hours. Other elements of the National Security Space(NSS) community have the primary responsibility for identifying and executing theseinitiatives.-DEPLOY: Deploying new or additional capabilities that are field-ready, thatis, already produced. The objective of deployment is to deliver capabilities within daysto weeks.-DEVELOP: The rapid development, delivery, and employment of a new capability. The objective of development is to deliver capabilities within months and less than oneyear. Development comprises the primary office activity focused on maturing the ORSenabling elements.Anticipated initial mission types include:Low Earth Orbit (LEO):-Tactical Surveillance-Electro-Optical (EO) Visible/Near Infrared Imager (EO/VNIR)-EO/Shortwave-Infrared Imager (EO/SWIR)-Hyperspectral Imager (HSI)-Deep Space Object Search and Track (DS SSA)-Synthetic aperture radar-Space Situational Awareness (SSA)-Space Protection-Highly Elliptical Orbit (HEO):-Tactical communications-SATCOM -Blue Force Tracking (BFT)-Tactical Surveillance-Kinetic Event Detection Battlespace Awareness-Geosynchronous Earth Orbit (GEO):-Space Situational Awareness-Space ProtectionScope:The Rapid Response Space Works (RRSW) and Space Vehicle procurement has two primaryobjectives. The first objective is to standup initial operations of the RRSW. Thisobjective creates the ability for the ORS Office to meet its Deploy mission capabilityof rapidly deploying capabilities to the warfighter within days to weeks. The secondobjective is to procure, outside of the RRSW, modular multi-mission space vehicles and/orbuses and payloads for the RRSW. The first planned procurement is for a modularSynthetic Aperture Radar Satellite (SARSat). In close cooperation and coordination withthe RRSW and ORS Office, modular spacecraft will be designed, integrated, tested,launched, and will be controlled and operated to meet the RRSW responsive concept. Thearchitecture developed for these responsive, modular spacecrafts will be designed in sucha way as to allow flexibility to meet multiple missions with minimal changes within thebasic design. The spacecraft architecture will include a multi-mission, modular busdesign and multi-mission, modular payload designs (mission kits will includeelectro-optical and RF payloads).Objective:The ORS vision for the RRSW is to develop a long term capability which establishesoperations to rapidly assemble, test, and launch small space vehicles in the Deploymission timeframe and then transition that capability to an operational DoD unit to meetORS2015 End State Vision. The vision establishes the initial operating capability(operations, processes, and functions of the RRSW) by the 2012-2013 timeframe and a fulloperational capability by 2015.The contemplated contracting options include one solicitation managed by NASA Ames. Ofthis solicitation there may be multiple awards. One award for a single IDIQ contract forthe stand-up and initial operations of the RRSW and multiple awards (Basic OrderingAgreements (BOA) or multi-award IDIQs) for systems, i.e., space vehicles, buses andpayloads. We anticipate the RRSW award would be a 5 year IDIQ contract that consists ofa 3 year base with two one-year options. Additionally, we anticipate awarding multiplefive-year Space Vehicle BOA or IDIQ contracts to the most qualified contractors capableof providing the modular space vehicles, buses and modular payloads to meet the ORSmission set. Both of these efforts are planned to be International Traffic in ArmsRegulations (ITAR) restricted and operate at least at a DoD Secret level. The individualtask orders on the multiple BOA or IDIQ contracts will specify the mission requirement,whether the call is for a space vehicle, or just a payload or bus, and will establish theperiod of performance.The procurement ceiling for this effort has been established as $300 million shared overthe multiple contracts over the five-years to allow for flexibility in meeting rapidresponse requirements that include the procurement of multiple space vehicles, buses,payloads, and/or components.Contractor Organizational Conflict of Interest (OCI) Plans will be evaluated in theirability to mitigate interactions and potential conflicts between RRSW and Space Vehiclecontracts. We anticipate simultaneously awarding the RRSW Basic contract and the first task order. The initial task order will be to establish the early rudimentary operations of the RRSW. The ORS Office is looking for innovative approaches and what industry believes would bethe best approach to meet this requirement. The ORS Office envisions that allcapabilities developed for the RRSW will be owned by the government, open source andavailable on future efforts for the RRSW. Future task orders will be added as the ORSmission dictates and could include integration of missions, procurement of establishedcomponents, and execution of mission capability. It is anticipated that the RRSW will inthe final vision be a government facility on Kirtland AFB, however, early options mayinclude nearby offsite contractor run operations.We also anticipate simultaneously awarding several BOA or IDIQ contracts to vendorscapable of providing modular space vehicles, buses and payloads to meet the ORS missionset. The initial task order will be a one year service level to participant in anInnovation-Node with the RRSW contractor to develop ORSs CONOPS and open systemstandards. We also expect to award either one task order to design, build and deliverthe first article for a complete ORS SARSat or award two separate task orders with onebeing a SARSat bus and the second being a SARSat payload. The task order(s) is envisionedto have an objective launch date of December 2012. Key to this launch is the end-to-enddemonstration of the ORS Tier-2 Deploy CONOPs where the modular bus and payloaddeveloped for this mission will have a final assembly, integration, and test in the RRSWand will meet the Deploy objective timelines. Additional task orders will be added asfunding becomes available and may include additional or new bus, payload, and/or spacevehicle procurements.An ombudsman has been appointed -- See NASA Specific Note "B".Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA09ORS001L/listing.html)
 
Record
SN01878732-W 20090719/090717235251-42abe9eda5b59413f2fc640f9fb6f69e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.