SOURCES SOUGHT
V -- SECONDARY RIDE SHARE SATELLITE ON A NASA MISSION
- Notice Date
- 1/20/2016
- Notice Type
- Sources Sought
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK16ZLS006L
- Response Due
- 2/19/2016
- Archive Date
- 1/20/2017
- Point of Contact
- Rob Wolfinger, Contract Specialist, Phone 321-867-8592, Fax 321-867-2825, Email Rob.Wolfinger@nasa.gov
- E-Mail Address
-
Rob Wolfinger
(Rob.Wolfinger@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Aeronautics and Space Administration (NASA) Launch Services Program (LSP) at the John F. Kennedy Space Center (KSC) is hereby soliciting information about a potential Ride Share Satellite(s) (RSS) looking for an opportunity as a secondary payload on a NASA mission. The Government will provide a fully developed spacecraft for integration with the RSS and will serve as the technical lead for the interface to the RSS. The NASA spacecraft will be the primary spacecraft; therefore, the RSS will not impact the NASA spacecrafts launch date, launch window, launch location, or orbit. The RSS will be responsible for a portion of the cost of the launch vehicle and integration to be negotiated based on the number of compatible RSS and their respective mass and dimensions. NASA LSP is particularly interested in the above approach but will consider alternative solutions and approaches that meet the mission requirements described below. NASA LSP will manage the integration between the NASA spacecraft, the RSS, and the launch service provider. The NASA spacecraft will have a mass between 1,300 kg to 1,600 kg. The orbit for this mission is Sun Synchronous at approximately 98 degree inclination with a launch readiness date no earlier than August 2022 and no later than February 2023. The NASA spacecraft plans to use a standard 1194 Clampband as the interface/separation system with a static envelope of (launch configuration) 3.60m in diameter x 4.50m in height. The RSS must comply with the following requirements: 1.2x (To Be Resolved) standard connectors for command, telemetry, and power 2.Cleanliness level of Class 7 per ISO 14644-1 3.Continuous power of 250W after L+10 hours through release Interested parties having the required specialized capabilities to meet the above requirements should submit a capability statement of 10 pages or less indicating the ability to meet all aspects of the effort described herein. It is not sufficient to provide only general brochures or generic information. Responses must include the following: 1)Company name and address 2)Business size classification (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 Institutions (MI) including the number of employees and the number of years in business 3)Information demonstrating technical capability to meet the requirements described above and details of the proposed mission including a detailed schedule. In addition, submit a maximum of five (5) government or commercial contracts in the last five (5) years demonstrating your relevant experience under NAICS 336414. In addition to the description of the contracts, include contract numbers, contract type, dollar value of each procurement, and points of contact (address and phone number). No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps. It is the potential offerors responsibility to monitor this site for the release of any solicitation or synopsis. This requirement is considered to be a commercial service in accordance with FAR Part 12. A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. It is anticipated that any future launch vehicle procurement will consider domestic sources only as Public Law 105-303, 51 U.S.C 50131, et. seq., states that the Federal Government shall acquire space transportation services from United States commercial providers whenever such services are required in the course of its activities. All responses shall be submitted via email to Rob Wolfinger ( Rob.Wolfinger@nasa.gov ) no later than 30 days after release of this RFI. Please reference NNK16ZLS006L in any response. Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK16ZLS006L/listing.html)
- Record
- SN03996443-W 20160122/160120234713-65d983ef237e86b6e9de89aa6db6ff09 (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 |