SOURCES SOUGHT
18 -- ARC PARTNERSHIP OPPORTUNITIES FOR THE OFFICE OF THE CHIEF TECHNOLOGISTTECHNOLOGY DEMONSTRATION MISSION BROAD AGENCY ANNOUNCEMENT
- Notice Date
- 4/24/2011
- 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
- SourcesSought-OCTTDMBAA
- Response Due
- 5/6/2011
- Archive Date
- 4/24/2012
- Point of Contact
- Rachel Khattab, Contracting Officer, Phone 650-604-5237, Fax 650-604-3020, Email rachel.khattab@nasa.gov - Kelly G Kaplan, Contracting Officer, Phone 650-604-5814, Fax 650-604-0912, Email kelly.g.kaplan@nasa.gov
- E-Mail Address
-
Rachel Khattab
(rachel.khattab@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- This synopsis solicits potential partners to participate in a proposal developmentactivity that addresses the technical objectives and development of a complete mission inresponse to the Technology Demonstration Mission (TDM) Broad Agency Announcement (BAA)NNM11ZDA001K released on March 1, 2011.TDM is a Program element within the Crosscutting Capabilities Demonstrations (CCD)Division of the Office of the Chief Technologist (OCT). For additional information on theTDM program, the key areas for technology demonstrations, and a copy of the BAA visit theNSPIRES website, under open solicitations: http://nspires.nasaprs.com/external/ Participation in this partnering opportunity is open to all categories of U.S. andnon-U.S. organizations, including educational institutions, industry, not-for-profitinstitutions, the Jet Propulsion Laboratory, as well as NASA Centers and other U.S.Government Agencies. Historically Black Colleges and Universities (HBCUs), OtherMinority Universities (OMUs), small disadvantaged businesses (SDBs), veteran-owned smallbusinesses, service disabled veteran-owned small businesses, HUBzone small businesses,and women-owned small businesses (WOSBs) are encouraged to apply. Participation bynon-U.S. organizations is welcome but subject to NASAs policy of no exchange of funds,in which each government supports its own national participants and associated costs. Responses may be submitted for any of the technical areas described below. Partners aresought with expertise in:Spacecraft Bus Development Characteristics. Typical spacecraft characteristics are shown below: Spacecraft capable of mounting to Evolved Expendable Launch Vehicle SecondaryPayload Adapter (ESPA), or other flight qualified adaptorPropulsion using solar electric propulsion, chemical propulsion, or a hybridOperations in Low Earth Orbit, Geosynchronous Earth Orbit, and interplanetaryspace Payload risk classification of 'D' per NASA Procedural Requirement (NPR) 8705.4Risk Classification for NASA PayloadsSpacecraft bus must meet the NASA Procedural Requirements for Limiting OrbitalDebris (NPR 8715.6A) and NASA Process for Limiting Orbital Debris (NASA-STD-8719.14) Spacecraft Bus Development activities include but are not limited to: spacecraftbus design, development and test, integration of GFE payload(s), performance andenvironmental testing, shipment to the launch site, support of launch operations, launchand early orbit support, and on-orbit performance verification. Payload SystemsCharacteristics. Payload systems include but are not limited to: multiple nanosatellite (cubesat) systems, including the design, development,procurement, fabrication, integration, testing and operations.Instruments such as visual cameras, infrared spectrometers, mass spectrometers,radar, lidar, thermal radiometers, etcThe following capabilities are deemed critical: Ability to work as part of a government-industry team that may include otherindustrial partners, academia, and/or foreign partners. Innovative technical and partnering approaches that could be used to minimizecost without increasing overall mission risk. Demonstrated track record of developing low-cost spacecraft on-time in ascheduled constrained environment and at the agreed upon cost, with a total deliveredcost of less than $20M.History of delivering payloads with proven technical and cost performance. Depth of experience of spacecraft bus management/development, including but notlimited to: systems engineering, spacecraft bus fabrication and test, subcontractmanagement, quality management, safety management, materials and processes/contaminationcontrol, payload integration and test support, observatory functional and environmentaltesting, shipment to the launch site, launch vehicle integration support, preparationsfor and the conduct of launch and early orbit checkout operations, on-orbit operationsupport, sustaining engineering support including flight software maintenance.Demonstrated flight heritage of the propulsion system (NASA Technology ReadinessLevel (TRL)equal to or greater than 7). Depth of experience with multiple nanosatellite payloads, including but notlimited to: design, development, fabrication, integration, qualification and operations,quality management. TDM-proposed investigations will be evaluated and selected through a single stepcompetitive process. This single step is the solicitation, submission, evaluation, andselection of proposals prepared in response to the BAA. As the outcome of this singlestep, NASA Headquarters anticipates making multiple awards to proceed to missiondevelopment for flight and operations.However, NASA HQ reserves the right to selectmultiple, one, or none of the proposals. Part of a proposal may be selected for anaward. This ARC partnering opportunity does not guarantee selection for award of any contractsor other agreements, nor is it to be construed as a commitment by NASA to pay for theinformation solicited. The proposal partner(s) selected will provide the necessaryresources to support proposal development, at no cost to NASA, including technicalrequirements, conceptual designs, technical data, proposal input, project schedules, andcost estimates by the required due dates. Final proposal inputs will be due to ARC priorto May 31, 2011, the due date for submittal of proposals in response to the BAA. Inability to adequately support proposal development will result in the partner beingdropped from the proposal. If the proposal is subsequently selected by NASA HQ, ARCanticipates issuing contracts or other agreements to the selected partner(s) forperformance of the proposed tasks. Partner selections will be made by ARC based on the listed evaluation criteria inrelative order of importance: 1) Relevant experience, past performance. This criterion evaluates the respondersrelevant recent experience, past performance in similar space flight developmentactivities. Substantive evidence of successful participation in similar developmentsshould be included in the response to this synopsis. 2) Technical Capability and Key Personnel. This criterion evaluates technical capabilityto perform the development and key personnel available to support the development.Evidence of staffing estimates with available key personnel should be included. Pastsuccessful programs and technical contributions should be included. 3) Cost and Schedule control. The responder should provide evidence of past performanceof controls of cost and schedule on similar development activities and provide examplesof management processes utilized to effect and track cost and schedule. Rough Order ofMagnitude (ROM) cost for the proposed technology should be provided. Evidence ofcapability to meet a 24-month schedule/delivery should be provided. RESPONSE INSTRUCTIONS: Responses to this synopsis shall be limited to 5 pages in not lessthan 12-point font for each technical area of interest (i.e. organizations responding toone or more of the elements may submit up to 5 pages per each element). Responses shalladdress each of the evaluation criteria listed above. Resumes of potential key personneland a cover page that clearly identifies the technical area of interest addressed by theresponse do not count against the total allocated page count.Responses to this synopsis may also be considered for evaluation under ARC's SourcesSought Special Notice 2011 NNA1112345L-SN2011, if responders so indicate; however, onlyresponses submitted to this notice will be considered for the OCT TDM BAA. If responder is a commercial firm, responses should also include: Size of business andnumber of employees; Average annual revenue for past 3 years; Ownership -whether they arelarge, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; whether the companyis U.S. or internationally-owned; Number of years in business; and potential teamingpartners. All responses shall be submitted to ARC electronically (pdf format) via e-mail by 4:30 pmPacific Daylight Time May 6, 2011 to Rachel.Khattab@nasa.gov. Questions related to thissynopsis should be directed to Rachel.Khattab@nasa.gov. Responders will not be notifiedof the results of the evaluation.No solicitation exists; therefore, please do not request a copy of a solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the responders responsibility to monitor these sites for therelease of any solicitation or synopsis. Information about major upcoming ARC procurementactions is available at http://ec.msfc.nasa.gov/cgi-bin/eis/admin/admin.cgi?center=ARC
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/SourcesSought-OCTTDMBAA/listing.html)
- Record
- SN02432028-W 20110426/110424233022-41e2c4f7292864e496cca56f1af53835 (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 |