SPECIAL NOTICE
18 -- SMC Future Space System Architecture Concept (Standard Spacecraft Bus) - Request for Information (RFI) for SMC Future Space System Architecture Concept
- Notice Date
- 3/7/2014
- Notice Type
- Special Notice
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
- ZIP Code
- 90245-2808
- Solicitation Number
- 14-044
- Archive Date
- 4/18/2014
- Point of Contact
- Lt. Garrett Ellis, Phone: 310-653-9155, Tiffany L. Trotter,
- E-Mail Address
-
Garrett.Ellis.4@us.af.mil, tiffany.trotter@losangeles.af.mil
(Garrett.Ellis.4@us.af.mil, tiffany.trotter@losangeles.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The Space and Missile Systems Center (SMC) Development Planning Directorate (XR) is responsible for developmental planning, concept development and architecture analysis for SMC programs, with particular emphasis on identifying cross-mission area concepts and synergies. XR seeks information on spacecraft bus options for future SMC systems that significantly reduce overall acquisition costs by acquiring very similar or identical spacecraft buses to host payloads for a variety of missions. This Request for Information (RFI) explains the information sought, reply due date and format. The Government does not presently intend to award a contract or future study based on this request for information. TO: All Potential Respondents Subject: Request for Information (RFI) for SMC Future Space System Architecture Concept 1. Background. The Space and Missile Systems Center (SMC) Development Planning Directorate (XR) is responsible for developmental planning, concept development and architecture analysis for SMC programs, with particular emphasis on identifying cross-mission area concepts and synergies. XR seeks information on spacecraft bus options for future SMC systems that significantly reduce overall acquisition costs by acquiring very similar or identical spacecraft buses to host payloads for a variety of missions. This Request for Information (RFI) explains the information sought, reply due date and format. The Government does not presently intend to award a contract or future study based on this request for information. 2. Standard Spacecraft Bus Capabilities Bus/mission: The spacecraft bus sought shall be designed to minimize non-recurring engineering cost and assembly, integration and test costs. In particular, the Government is interested in using modular, open and networked architectures (MONA) for the interface between the bus and the payloads. (Reference material provided at MONA/SNAP Industry Workshop 21 January, 2014.) Designs that use MONA within the bus are highly desired. The spacecraft bus sought shall be identical or have minimal production variation to support the effort required to host mission payloads. Some payloads of interest are 1) Overhead Persistence IR sensor (OPIR); 2) Position, Navigation and Timing (PNT); 3) Protected Communications (PCOM); and 4) Nuclear Detonation Detection System (NDS). It is anticipated each bus would host an OPIR payload, or a PCOM payload, or a PNT and NDS payload at a time. All buses would include space situational awareness payloads. Support to other AFSPC or Government payloads is desirable. Approximate payload accommodations are: 1) mass: less than 1500 pounds; 2) Bus deck dimensions: less than 12 square feet; 3) End of life power: less than 3,500 watts; 4) Pointing accuracy/stability: pointing accuracy is the same as the on-board attitude knowledge, <0.5 arcseconds (1σ radial rms) with a stability of <0.1 arcseconds (1σ radial rms over 200 sec). Orbits: The spacecraft bus should support the following orbits: 1) Medium earth orbit (MEO) of approximately 20,000 km, 55 degrees inclination; 2) Geosynchronous orbit (GEO); 3) Up to 20 degrees inclined geosynchronous orbit (GIO); 4) Super synchronous circular orbit (SSGEO) with radius of about 80,000 km, 5) Molniya orbits apogee of about 45,000 km. In order to support operationally responsive constellations, the Government is interested in the ability to rapidly reposition satellite buses to alternate orbital slots. Launch: The spacecraft shall be compatible with existing US government and commercially available launch vehicles. An objective is for at least two satellites to be manifested on each launch vehicle for lower launch costs. Bus-payload compatibility: Government is interested in a MONA standard; is not interested in complex or multiple bus standards. Industry comment on approaches to integrate payloads into a common block buy of buses from a vendor is desired. Nuclear hardening: The Government is interested in a bus that is unhardened, or a bus that is nuclear hardened per CJCSI 6811.01B, CJCSI 6210.02B and CJCSI 3222.01A. The Government is interested in the cost impact of these CJCS requirements. 3. Acquisition Strategy. The operational period of interest is 2020 to 2040. As many as 55 satellites may be operational at a time, with approximately 35 in MEO and the remainder in a variety of GEO, IGEO, SSGEO or Molniya. The Government is considering procuring the spacecraft in block contracts from potentially multiple vendors to ensure an available and competitive industrial base. Although the Government does not intend to award a contract at this time, the government seeks suggestions for the most cost effective acquisition process that supports this strategy. 4. Cost estimate. The Government seeks suggestions on how to minimize the life cycle cost for utilizing a standard spacecraft bus to accomplish multiple missions. 5. RFI response. Each responder is asked to include the following: A. Responder Information: The responder will include company name, organization, author's name, email and phone contact information in their response. B. Standard Spacecraft Bus Feasibility Assessment: The responder will include a feasibility assessment of the standard bus concept, include benefits and disadvantage. Describe if the Government's needs could be meet, include approach to minimum risk and cost. C. Approach for Providing Standard Spacecraft Bus Features: Describe how the provider would design, development, test and evaluate each subsystem of the standard spacecraft bus. D. Approach for Payload Interfacing Risk Mitigation: Describe how the provider would minimize the integration risks for the different payloads to be accommodated. E. Approach for Launch Vehicle Compatibility: Describe how the provider would ensure dual manifesting on USG or commercial space lift rocket. F. Approach to Provide Quantities Needed: Describe how the provider would provide the mission capabilities for the period of interest (2020-2040). G. Acquisition Approach: Provide recommendation for most cost effective acquisition approach. Describe feasibility of two source (primary and secondary) spacecraft bus acquisition. Discuss block buy strategy. Describe positive and negative aspects. H. Cost Estimate: Provide a rough order of magnitude estimate for: 1) Non-recurring design, modification, and development cost. 2) First unit production cost. 3) Learning curve assumptions. 4) Notional schedule: PDR, CDR, production/IAT, delivery. 5) TRL levels and heritage to existing product line. 6) Nuclear radiation hardening (there is no page limit for this section of the response). 6. RFI response format and due date: A. All responses should be accomplished on company letterhead. B. File format: PDF, delivered softcopy as described below. C. Page: 8.5 x 11 inch paper with 1 inch margins. D. Style: 11 point, New Times Roman font. E. Page limit: 10 pages. F. Page marking: Company proprietary material should be properly marked. G. Due date: responses are due no later than (NLT) Thursday, 3 April 2014. Responses should be submitted electronically to Ms. Tiffany Trotter and Lt Garrett Ellis. H. The program office welcomes any industry partner that would like to have 1-2 hour meeting (and/or telecon) to discuss their papers and/or thoughts. Please contact Lt Garrett Ellis to schedule a meeting if desired. 7. Response Information This RFI is being conducted for information and planning purposes only. It does not constitute a request for proposal or a request for quote. The Government does not presently intend to award a contract or future study based on this request for information. Information contained in this RFI is based on the best information available at the time of publication, is subject to revision and is not binding on the Government. The Government will not recognize any cost associated with a submission in response. The information received will be considered for the purposes of market research. This RFI is unrestricted and encourages responses from all responsible contractors independent of size. Additionally, responses from small business and small disadvantaged business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, service-disabled veteran-owned small business, Veteran-owned, WOSB, HUBZONE, historically black colleges or universities, and minority institutions. Small businesses are encouraged to form teaming arrangements. Please identify if teaming would be contemplated to meet this requirement. The North American Industry Classification System (NAICS) code for this effort is: 541712 - R&D, as it relates to Space Vehicles and Guided Missiles, their Propulsion Units, their Propulsion Units Parts, and their Auxiliary Equipment and Parts. The Applicable Classification Code is 18 - Space Vehicles. The small business size standard is $30 Million. Information submitted in response to this RFI will enhance the Government's ability to acquire quality systems in the future and, therefore, will be used for planning purposes only. All material provided in response to this RFI shall be unclassified, non-confidential, and non-proprietary to the maximum extent practicable. SMC/XR plans to create a small team to review RFI responses. The government led team will include Aerospace (FFRDC) and System Engineering and Technical Assistance (SETA) contractors assigned to SMC and AFSPC. The RFI team will sign government Non-Disclosure Agreements (NDA). If your RFI response requires you have a NDA from any of the review team members, please contact Ms Tiffany Trotter via email by 19 Mar 2014. Interested sources providing confidential/proprietary information in response to this RFI shall separately and clearly identify and mark all confidential/proprietary information. The Government will take all necessary steps to protect/safeguard any confidential/proprietary information provided. The Government will NOT be responsible for any confidential/proprietary information not clearly marked. Any questions or technical inquiries should be submitted electronically to Lt. Garrett Ellis (technical point of contact), including a cc copy to Ms. Tiffany Trotter (contracting point of contact). Company proprietary material should be properly marked. 8. Technical Point of Contact: - Lt. Garrett Ellis, SMC/XRD, 310-653-9155, Garrett.Ellis.4@us.af.mil 9. Contracting Points of Contact: - Ms. Tiffany Trotter, Contract Specialist, SMC/XRC, Tiffany.Trotter@us.af.mil - Ms. Kathy Scholefield, Procuring Contracting Officer (PCO), SMC/XRC, Kathleen.Scholefield@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/14-044/listing.html)
- Place of Performance
- Address: 483 N. Aviation Blvd, El Segundo, California, 90245, United States
- Zip Code: 90245
- Zip Code: 90245
- Record
- SN03305060-W 20140309/140307234544-6af8dcfb219cb8b15bdb4c3179f5b886 (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 |