SOURCES SOUGHT
18 -- STPSat-6
- Notice Date
- 8/24/2015
- Notice Type
- Sources Sought
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- 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
- 15-125
- Archive Date
- 9/25/2015
- Point of Contact
- Steve Wells, Phone: 505-846-5426
- E-Mail Address
-
steven.wells.7@us.af.mil
(steven.wells.7@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information (RFI) is issued solely for information and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. This RFI does not commit the government to contract for any supply or service whatsoever. Furthermore, the Government is not, at this time, seeking proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. Interested businesses may submit a Statement of Capability (SOC) expressing their desire and ability to provide the capabilities outlined below. Potential sources should submit a written SOC to the Contracting Officer (see contact information below). The SOC shall contain pertinent and specific information addressing these areas: (1) Experience: an outline of previous projects, specific work previously performed or being performed and any in-house research and development effort relevant to the specific task areas of this effort including performing nuclear survivability /hardening and spacecraft longevity of as described below, (2) Facilities and personnel: availability and description of special facilities required to perform in the technical areas under consideration, and (3) a statement regarding industrial security clearance and storage facilities to support work at the SECRET Critical Nuclear Weapon Design Information (CNWDI) level. The Department of Defense (DoD) Space Test Program (STP), Kirtland AFB, Albuquerque NM, is conducting market research to assist in the development of its acquisition strategy for the STPSat-6 space vehicle to fly payloads in a geostationary orbit. STP is currently developing the STP-3 mission which will provide launch of multiple space vehicles to geosynchronous orbit. The STPSat-6 space vehicle will be the primary payload on the STP-3 launch. The STP-3 launch is planned for 1QFY19. The launch vehicle (LV) for STP-3 will be part of a competition within the Evolved Expendable Launch Vehicle (EELV) program. The STP-3 mission will deliver STPSat-6 and any auxiliary payloads (APLs) to a geosynchronous disposal orbit (~300 km above geosynchronous orbit) using a direct inject mission profile. STPSat-6 will then maneuver to its final operational location: a 0 degree inclination geostationary orbit located between 80 and 125 degrees West longitude. Once in its final orbit, STPSat-6 will perform a two phase mission. Phase 1 will cover the first year of operations and will focus on meeting the requirements of the Space and Atmospheric Burst Reporting System (SABRS) payload and up to eight STP experiment payloads; Phase 2 will cover years two - eight, and will focus on operation of the SABRS payload and up to three STP payloads. It is possible the Air Force may extend Phase 2 operations beyond year eight depending on space vehicle/payload health and operations costs. The STPSat-6 mission consists of two major efforts: completion of a space vehicle for flight and operation of the space vehicle on-orbit. The details of these efforts are in the technical requirements described in the sections below. These efforts must be completed within the budget profile shown below using AF 3600 and DOE funding. Solutions that cannot be accomplished within the budget profile are not likely to be considered viable however; responses inconsistent with the funding profile must explain why it is not sufficient. The government is contemplating awarding these efforts as fixed price contracts, either combined in a single effort or as separate efforts. $M FY15 Dollars FY16 FY17 FY18 FY19 FY20 FY21 FY22 FY23 FY24 FY25 FY26 Total SV/ PL Integration $6.00 $14.00 $12.00 $4.00 $0.20 $0.20 $0.20 $0.20 $0.20 $0.20 $0.20 $37.40 Operations $0.25 $4.00 $2.60 $2.50 $2.50 $2.50 $2.50 $2.50 $2.50 $2.50 $2.50 $26.85 Total $6.25 $18.00 $15.60 $6.50 $2.70 $2.70 $2.70 $2.70 $2.70 $2.70 $2.70 $65.25 The responses provided in the three areas above should contain information demonstrating ability to meet the following technical requirements. Contractors may choose to submit capability responses for either or both of the two major efforts : Space Vehicle Solution Responses: Note: STP intends to provide a partially assembled Orbital ATK OA-500 spacecraft bus as Government Furnished Equipment (GFE) for this mission. The GFE is currently in the possession of Orbital ATK at Beltsville, MD. The government has government purpose data rights to the GFE spacecraft bus components including a portion of the avionics and the flight computer. Remaining portions of the avionics and the flight computer software are Orbital ATK proprietary and STP cannot furnish this information. Contractors may identify an alternative spacecraft bus or equipment solution but the solution must fit within the budget profile provided above. A list of the available GFE is available upon request. (1) Provide a response that identifies personnel, materials (including the aggregate of hardware, software, data, services, and facilities required), equipment, and integration services to accomplish required design, development, production, and testing of a SV that meets the STPSat-6 mission requirements. STPSat-6 shall host and meet the requirements of the SABRS payload plus up to eight STP payloads. The SV shall be able to survive a TBS prompt dose, TBS X-ray fluence, and a System Generated Electromagnetic Pulse (SGEMP) to operate for the mission duration. The SV shall be able to operate a minimum of eight years with a goal of 10 years. Attachment 1 has the top level requirements of the intended payload set for this RFI. The Technical Requirements Document (TRD) describes STPSat-6 mission requirements; the Payload Requirements Document (PLRD) and contains details of the payload requirements, and the top level STPSat-6 mission schedule with major milestones are available upon request. (2) Plan and conduct, in coordination with STP and the ground operations contractor, the required factory compatibility testing and launch site compatibility testing to prepare for on-orbit operations. (3) Plan and conduct, in coordination with STP and the LV contractor, the required launch vehicle integration planning and launch site pathfinder activities to prepare for launch. (4) Upon a minimum of 30 days advance notice, ship the completed SV (in a contractor provided shipping container) using government provided transportation to the Cape Canaveral launch facility. (5) Upon delivery of the SV to the launch facility, complete SV launch preparations (including SV fueling) in a government provided launch integration facility. In coordination with STP and the LV contractor, support the execution of the SV to LV integration activities, including support required through the day of launch. (6) Support, in coordination with STP and the operations contractor, the required launch and early orbit (LEO) operations. The LEO operations will include check-out and initialization of all payloads. LEO operations are assumed to be completed in <60 days. (7) Support, in coordination with STP and the operations contractor, SV on-orbit operations for one year after LEO during Phase 1 of the mission. (8) Support, in coordination with STP and the operations contractor, SV on-orbit operations for seven plus years during Phase 2 of the mission. Space Vehicle Ground System and Operations Solution Responses: Note: STP will consider using contractor owned frequency licensing and geosynchronous slot. Therefore, if a contractor believes it can provide the required ground support, they will also need to provide all required frequencies and a geosynchronous slot location; either already existing contractor owned frequencies and slots, or the capability to obtain and provide all required frequency license/approvals and a geosynchronous slot location for the mission. The government intends to offer contractors the ability to instantiate the multi-mission space operation center (MMSOC) enterprise ground system as a capability to use as part of their ground solution. (1) Identify or acquire and provide the required frequency license(s) and an orbital slot location (between 80 and 120 degrees West longitude) to conduct the mission. The contractor will determine which frequency band(s) (S, X, Ku, Ka) to use to accomplish the mission and configure the SV to accommodate those frequency band(s). Companies that do not wish to perform operations but are able to obtain frequency licensing and slotting may include this info in their response to the Space Vehicle portion of the solicitation. (2) Design, develop, and implement a cost effective ground operations segment for the SV in coordination with the prime contractor for the SV. The ground operations segment must be able to host and operate the required government furnished COMSEC equipment to handle SECRET data. The ground operations segment must be able to conduct operations, receive and distribute payload data with a greater than 99.9% availability; no outage longer than one hour. (3) Plan and conduct, in coordination with STP and the SV contractor (if not responding to the space vehicle portion), the required factory compatibility testing and launch site compatibility testing to prepare for on-orbit operations. (4) Plan and conduct, in coordination with STP and the SV contractor (if not responding to the space vehicle portion), the required launch and early orbit (LEO) operations. The LEO operations will include check-out and initialization of all payloads. LEO operations are assumed to be completed in <60 days. (5) Plan and conduct SV on-orbit operations for one year after LEO during Phase 1 of the mission to include: configure and command the SV; configure and command up to 10 spacecraft payloads (payload commanding will consist of uploading daily/weekly stored command files and occasional real-time commanding and software uploads); receive continuous real time classified data (SECRET level) from a single payload at a rate <256 Kbps and distribute it in classified form via data link to Buckley AFB ; receive unclassified payload data at a variable rate <20 MBps - <25GB/day [the contractor can choose, in coordination with the SV contractor, a combination of a higher data rate/lower duty cycle to meet the total daily data download requirement] and distribute it in unclassified form via contractor provided data link to a Kirtland AFB NM data distribution site. The continuous real-time classified data must be received and processed at the contractor ground facility and distributed to the government site within 20 sec of transmission from the SV. The communications link between the SV and the contractor ground facility must have a bit error rate of no more than 10e-6. (6) Plan and conduct SV on-orbit operations for seven plus years during Phase 2 of the mission to include: configure and command the SV; configure and command up to three (3) additional payloads (payload commanding will consist of uploading daily/weekly stored command files and occasional real-time commanding and software uploads); receive continuous real time classified data (SECRET level) from a single payload at a rate <256 Kbps and distribute it in classified form via contractor provided data link to Buckley AFB ; receive unclassified payload data at a variable rate <1 Mbps and distribute it in unclassified form via contractor provided data link to a Kirtland AFB NM data distribution site. (7) Plan and conduct the SV End-of-Life on-orbit operations at the completion of Phase 2 (a minimum of seven years) resulting in safe disposal of the SV. Responses from small businesses and small disadvantaged businesses are encouraged. The government reserves the right to set aside none, portions, or all of the effort for small business. The capabilities package shall explicitly demonstrate capabilities and expertise to satisfy these requirements and provide the percentage of subcontracting required to fulfill these requirements. Identical or closely related previous experience should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. STP will use the information gathered in response to this RFI to develop its potential acquisition strategy. Responses are limited to 15 pages (double-sided pages will be counted as two) for each part of this solicitation, single-spaced, minimum 12 point Times New Roman (or equivalent). STP will not review any pages beyond the 15-page limit for each part of this solicitation. Company information should include the following: a. company name, point of contact, addresses, email addresses, phone and FAX numbers, and the company's website address (if applicable); b. company capabilities and experience relative to the above requirements. The North American Industrial Classification Code (NAICS) for this effort is 336414 with a small business size standard of 1,000 employees. Please identify your company as either foreign owned or US owned. If US owned, indicate whether your company is a large business, small business, a socially and/or economically disadvantaged business, 8(a) firm, or a historically black college and/or minority institution. Due to security classification issues, non-US firms will not be considered. The government will evaluate the responses based on the following criteria: Space Vehicle 1) Has the contractor recently completed or do they have on-going efforts of a similar scope (i.e. cost and schedule); does the contractor demonstrate they have the experience to identify the necessary changes to the SC to address nuclear survivability /hardening and spacecraft longevity and the ability to design a payload integration plan that meets the payload requirements identified in the payload list in attachment 1? 2) Does the contractor currently possess the appropriate facilities and personnel necessary to complete the spacecraft build, integrate the GFE payloads, complete system level testing to deliver a fully functional integrated vehicle ready for launch? 3) Does the contractor currently possess the appropriate clearances for their facilities and personnel to meet the classification requirements of the mission? 4) Does the contractor demonstrate the ability to deliver the SV within the total cost with minimal adjustments to the budget profile? Space Vehicle Ground System and Operations Solution 1) Does the contractor have the ability to acquire and provide the required frequency license(s) and an orbital slot location? 2) Does the contractor have the ability to design, develop, and implement a cost effective ground operations segment for the SV? Does the contractor's ground operations segment have the ability to host and operate the required government furnished COMSEC equipment to handle SECRET data? 3) Does the contractor's ground segment have the ability to conduct operations, receive and distribute payload data with greater than 99.9% availability? 4) Does the contractor have the ability to plan and conduct SV on-orbit operations for one year after LEO for the high data rate Phase 1 of the mission and have the ability to transition to the low data rate Phase 2 portion of the operations? Does the contractor have the ability to transfer data to the required locations at the appropriate classification level? 5) Does the contractor demonstrate the ability to deliver the ground system and operations within the total cost with minimal adjustments to the budget profile? The research and test data produced under a resultant contract may contain Military Critical Technology List (MCTL) information whose export is restricted by Export Control Act (Title 22, U.S. Sec 2751, et seq.) or the Export Administration Act of 1979, as amended (Title 50, U.S.C., App. 2401, et seq.). Only those companies who are on the Qualified Contractors Access List (QCAL) may receive such information. Request certification and registration from the Defense Logistics Services Center (DLSC), Federal Center, 74 North Washington, Battle Creek, MI 49016-3412 as soon as possible. This announcement is for information and planning purposes only. Contractor provided materials in response to this notice shall be unclassified, non-confidential, and non-proprietary to the maximum extent practicable, that contractors providing confidential/ proprietary information 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, but the Government will not be held responsible for any proprietary information not clearly marked. All data received in response to this RFI that is marked or designated as corporate or proprietary information will be fully protected from release outside AFSPC. STP Contract support may be utilized to review any documents submitted in response to this action. STP will not reimburse any cost associated with submitting information in response to this RFI, nor shall any costs be allowed on any STP contract. The government and the following Federally Funded Research and Development Corporations (FFRDC) will review and assess contractor provided materials: Aerospace, Los Alamos National Laboratories (LANL) and Sandia National Laboratories (SNL). All FFRDC organizations include non-disclosure agreements (NDA) as part of their contracts; if companies require additional NDAs they must coordinate the completion of the NDAs by the submission date of the RFI. STP requests respondents deliver one (1) electronic soft copy no later than 24 Sep 2015. Submissions and any communication associated with this RFI shall be directed to the Government Contracting Officer via email at the address below: Steven Wells, Contracting Officer steven.wells.7@us.af.mil 505-846-5426 3548 Aberdeen Ave, SE Kirtland AFB, NM 87117
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/15-125/listing.html)
- Record
- SN03852031-W 20150826/150824235124-e3a11803211d72a21288200e4f91e788 (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 |