SOURCES SOUGHT
18 -- INTERIM CRYOGENIC PROPULSION STAGE
- Notice Date
- 1/9/2012
- Notice Type
- Sources Sought
- NAICS
- 336415
— Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812
- ZIP Code
- 35812
- Solicitation Number
- SLS-SPIO-2012
- Response Due
- 2/7/2012
- Archive Date
- 1/9/2013
- Point of Contact
- Hervie B. Williford, Contracting Officer, Phone 256-544-0373, Fax 256-544-6062, Email hervie.b.williford@nasa.gov - George E. Pendley, Contracting Officer, Phone 256-544-2949, Fax 256-544-6062, Email george.e.pendley@nasa.gov
- E-Mail Address
-
Hervie B. Williford
(hervie.b.williford@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/MSFC is hereby seeking potential sources to provide an Interim CryogenicPropulsion Stage (ICPS) for the early Space Launch System (SLS) missions. Recently, NASAannounced the architecture of the SLS with a manifested first flight in late 2017. Theearly flights of the SLS architecture will require the use of an ICPS to ensure theplacement of the Orion Multi-Purpose Crew Vehicle (MPCV) and/or Payload on the requiredtrajectory. In order to support the flight schedule, the initial ICPS flight unit must bedelivered to Kennedy Space Center (KSC) no later than late in the fourth quarter of the2016 government fiscal year (GFY). The second flight unit must be delivered to KSC by thefourth quarter of the 2020 GFY. NASA is seeking in-space propulsion capabilities withperformance data that can meet its schedule and funding constraints. The requiredperformance characteristics for the ICPS are identified below.1.Human Ratinga.Human Rated or Human Ratable per NPR 8705.2B, Human-Rating for Space Systems(this document is available via common internet search tools) the second flight unitmust be human rated.2.Burns (accelerating MPCV) following placement of ICPS and MPCV at 975 x -50 nmiinsertion point by the SLS Launch Vehicle.a.Three engine ignitions to achieve greater than 3050 m/s delta-V3.ICPS Lift Capabilitya.Total weight of 24224 kg (53404 lbs) which includes crew module, service module,and crew4.ICPS Massa.Less than 71400 lbs.5.ICPS Lengtha. Packaged, as stacked, within 500'6.Functional Capabilitya.Perform a separation eventb.Three-axis attitude control after SLS insertion and prior to separation from MPCV7.Constraintsa. Axial acceleration, during stage burns, not to exceed 2g8.Reference Missionsa.Support MPCV free lunar return missionsb.Support MPCV High Lunar Orbit (HLO) missionsVendors having the capabilities necessary to meet or exceed the stated requirements areinvited to submit documentation outlining their capabilities and qualifications toprovide an ICPS to the required performance characteristics described above. Respondentsshould also address the followings:1.Description of hardware currently available2.Summary of work to be performed to comply with stated requirements3.Summary of previously performed qualification testing and successful flightperformances4.First flight article deliver dateIt is not sufficient to provide only general brochures or generic information. Thecapability documentation requested above shall not contain company-sensitive information.Respondents are requested to provide electronic responses (10 pages maximum, includingattachments, in 12-point font excluding diagrams, pictures, or figures) via e-mail to theContracting Officer listed herein. To facilitate a prompt review by the NASA team, a one(1) page summary shall be included with the capability statement(s), identifying thefollowing information:1.Name and address of firm2.Size of business (NAICS Code is 336415 with a size standard of 1,000 employees)a.Average annual revenue for past 3 years b.Number of employeesc.Whether the company is large or small3.Company Ownershipa.Public or private ownershipb.Small disadvantaged, 8(a), HUBZone, veteran-owned, and/or woman-owned4.Number of years in business5.Affiliate information: parent company, joint venture partners, potential teamingpartners, prime contractor (if potential sub) or subcontractors (if potential prime)6.List of customers covering the past five years (highlight relevant workperformed, contract numbers, contract type, dollar value of each procurement)7.Point of contact - address and phone number. Responses should be submitted not later than February 7, 2012, via e-mail to theContracting Officer identified herein (cc: to the secondary point of contact also).Questions should also be directed to the Contracting Officer with a cc: to the secondarypoint of contact.Submissions will be evaluated solely for the purpose of determining whether or nothardware is currently available and if the procurement may be conducted on a competitiveor non-competitive basis. Oral communications are not acceptable in response to thisnotice. A determination by the Government not to procure this requirement, based uponresponses to this notice or other market research, is solely within the discretion of theGovernment. Respondents will not be notified of the results of the evaluation. Thisnotification is not a solicitation announcement. If a solicitation is released it will besynopsized in FedBizOpps and on the NASA Acquisition Internet Service (NAIS). It is theresponsibility of potential offerors to monitor these sites for the release of anyfurther synopsis or solicitation.Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GMSFC/POVA/SLS-SPIO-2012/listing.html)
- Record
- SN02651120-W 20120111/120109234336-49163a95c57b437647c5cea3c5793a10 (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 |