Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 21, 2013 FBO #4166
SOURCES SOUGHT

18 -- RAPID IV SPACECRAFT ACQUISITION RFI-2

Notice Date
4/19/2013
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.P, Greenbelt, MD
 
ZIP Code
00000
 
Solicitation Number
Rapid4-RFI-2
 
Response Due
5/3/2013
 
Archive Date
4/19/2014
 
Point of Contact
Cynthia L White, Contracting Officer, Phone 301-286-8772, Fax 301-286-0530, Email Cynthia.l.white@nasa.gov - diane scheuerman, Contract Specialist, Phone 301-286-4661, Fax 301-286-0530, Email diane.scheuerman-1@nasa.gov
 
E-Mail Address
Cynthia L White
(Cynthia.l.white@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI-2). NASA/GSFC is soliciting information in preparation for the competition of the Rapid Spacecraft Acquisition (RSA) follow-on. Previously known as Rapid III (Rapid 3), the new procurement will be referred to as Rapid IV (Rapid 4). The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center (GSFC) is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutes (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for the Rapid IV catalog contract to procure spacecraft designs that comply with mission requirements.The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based responses hereto. The GSFC requirements include the following: The Rapid IV acquisition will be procured under Far Part 15 and will include the NASA/GSFC Mission Assurance Requirements (MAR) at the Master contract level. The Rapid IV acquisition is intended to result in the award of multiple fixed-priced, Indefinite Delivery Indefinite Quantity (IDIQ) contracts for spacecraft bus core systems that would be used to meet the Governments science and technology needs. Under the RSA process, contracts are awarded to vendors based on their ability to meet specific criteria (for example: the ability to carry out the Statement of Work (SOW); and a heritage spacecraft which has successfully completed on-orbit checkout and acceptance). Vendors would submit core spacecraft designs that could be successfully modified as carriers for one or more flight instrument payloads. Each core spacecraft system would need to supply all necessary design, fabrication, assembly, test, flight payload instrument integration and test, final observatory (spacecraft plus payload) integration and test, shipping, launch support, on-orbit check-out and operations support. Operations support would include all required ground support equipment as well as associated flight and ground based software and software maintenance for the spacecraft offered. Purpose of this RFI: The primary purpose of this RFI is to gather information, comments and suggestions from spacecraft manufacturers regarding: a. Potential offerors. b. Estimated number and type of potential spacecraft offerings. c. Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, brochures, and references. The information provided to the Government in response to this RFI will be used to develop the terms and conditions of the upcoming solicitation. GSFC welcomes any information submitted by interested parties in response to this request. Background: The RSA contract serves as a fast and flexible Government-wide, firm fixed priced (FFP), IDIQ procurement tool for flight proven spacecraft or spacecraft components. The RSA contract is managed by the Rapid Spacecraft Development Office (RSDO). The RSDO also facilitates mission-specific spacecraft procurements for government customers via the RSA contract. The purpose of the RSA concept is to reduce overall procurement time, as well as reduce mission implementation cost and risk by leveraging flight proven spacecraft designs. The spacecraft under contract are placed in the RSA catalog for possible procurement via IDIQ delivery orders for mission customers. These mission-specific delivery orders are competed amongst the RSA contractors and awarded based on the contractors ability to satisfy the customers mission requirements. Modifications to the core spacecraft to meet the specific requirements of future missions are normal and expected. The RSA contract includes an On Ramp feature, which allows for the original solicitation to be periodically re-opened in order to give new vendors the opportunity to propose flight proven spacecraft designs. On Ramps also give vendors already awarded an RSA contract the opportunity to propose additional flight proven spacecraft designs and/or update their existing catalog designs. It is anticipated that the Rapid IV contract will be similar to the previous Rapid III contract and that it will remain a noncommercial FAR Part 15 contract. Those companies not familiar with Rapid III are welcome to visit the RSDO website: http://rsdo.gsfc.nasa.gov for background information. Specifically, review material under Mission Statement and Rapid III menu tabs. The range of possible NASA missions is broad in scope, type and size. Therefore, the RSA contract would seek heritage spacecraft buses of various sizes, capabilities, lifetimes, orbit use and mission suitability, in order to be ready to support a variety of mission needs quickly. This RFI is not to be construed as a commitment by the Government, nor will the Government pay for any information submitted in response to this RFI. The anticipated release date for the Draft Request for Proposal (DRFP) for Rapid IV is January 2014. The anticipated release date for the final RFP is June 2014 with proposals due approximately 45 days after the solicitation release date. Award of contracts is contemplated for March 2015. Responses may be submitted via mail to NASA/GSFC, ATTN: Cynthia White, Code 401.1, Building 16W, Room N115D, Greenbelt, MD 20771; or via electronic transmission to Cynthia.l.white@nasa.gov. For further information please contact Cynthia White at 301-286-8772 or Cynthia.l.white@nasa.gov; or Diane Scheuerman at 301-286-4661 or diane.scheuerman-1@nasa.gov. Information submitted separate and apart from commercial brochures will be treated as proprietary, if so marked. All responses shall be submitted by May 3, 2013. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/Rapid4-RFI-2/listing.html)
 
Record
SN03040950-W 20130421/130419234204-2c1ec38f0cad1c29fc1719450171bd49 (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.