SOLICITATION NOTICE
A -- Booster Obsolescence and Life Extension (BOLE) for the Space Launch System (SLS) Booster Element - a sole source modification to existing contract
- Notice Date
- 9/2/2016
- Notice Type
- Presolicitation
- NAICS
- 336415
— Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Office of Procurement, Marshall Space Flight Center, Alabama, 35812, United States
- ZIP Code
- 35812
- Solicitation Number
- PS41tmb2016xxxBOLE
- Archive Date
- 10/2/2016
- Point of Contact
- Tammy M. Bissell, Phone: 2565441593, Joseph L. Eversole, Phone: 2565443196
- E-Mail Address
-
tammy.m.bissell@nasa.gov, joseph.l.eversole@nasa.gov
(tammy.m.bissell@nasa.gov, joseph.l.eversole@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- Marshall Space Flight Center (MSFC) has a requirement to redirect obsolescence activities for NASA's Space Launch System (SLS) Booster element and intends to modify the SLS Booster contract with Orbital ATK Launch Systems Inc. (OATK). The obsolescence activities contemplated are being synopsized as a modification to contract NNM07AA75C since the extent of activities associated with obsolescence were not initially considered in the previous Justification for Other Than Full and Open Competition (JOFOC) for the Ares I First Stage which was selected by NASA as the current SLS Booster. The activities to address obsolescence for the current SLS Booster do not replace or preclude the future competition of an Advanced Booster since an advanced booster will likely be needed to meet some of the future flight requirements such as landing on Mars. NASA has not determined at this time when the flight manifest will require the use of an advanced booster. Meanwhile, NASA desires to make the best use of available heritage Space Shuttle hardware components along with advances in technology to ensure the current SLS Booster, or an evolved version of it, could be available for flights that take place prior to the development of an advanced booster. The obsolescence focus areas are thrust vector control, booster structures, and cases. Obsolescence activities will include: (1) one year of requirements definition; (2) one to two years evolved options, design trade studies, preliminary designs, and off-ramp definitions; and (3) defined Design, Development, Test, and Evaluation (DDT&E) scope that initiates development testing. Other areas may be developed concurrently as they interrelate to the aforementioned focus areas (including but not limited to, avionics and nozzle, and propellant). The obsolescence activities will address the depletion of heritage Space Shuttle hardware as well as obsolescence issues that may relate to flights that will still be using heritage hardware, but that are beyond the scope of OATK's current contract. However, providing qualification motors or additional booster flight sets for flights beyond the third SLS flight are not within the scope of this action, and this contract action will not extend the period of performance for obsolescence activities beyond the third SLS flight. In accordance with Federal Acquisition Regulations (FAR) 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements, a Justification for Other Than Full and Open Competition (JOFOC) will be utilized. As it relates to FAR 6.302-1(a)(2)(iii)(A), NASA has a substantial investment in SLS specific tooling and processing equipment which is uniquely integrated into OATK facilities. Any replication of such assets would create a substantial duplication of cost to the Government. As it relates to FAR 6.302-1(a)(2)(iii)(B), such modifications of an existing system require intimate knowledge of the basis for the design and analysis of the current booster as well as how the booster integrates into the SLS vehicle. OATK is the only source with such knowledge of the existing design. Bringing another contractor up to the level of knowledge and expertise necessary to successfully perform this effort would result in substantial unacceptable delays in fulfilling the agency's requirements. Furthermore, due to the industry consolidation over the decades OATK is the only domestic source known to possess the infrastructure and physical ability to manufacture a large solid propellant based booster to the scale required for the SLS vehicle. This large-scale manufacturing capability will be needed in the development and testing of hardware to address obsolescence issues. The Government does not intend to acquire a commercial item using FAR Part 12, Acquisition of Commercial Items. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency to the identified point of contact not later than 4:30 p.m. local time on Saturday, September 17, 2016. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communications are not acceptable in response to this notice. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0c6bb4501a33966612edc19fb9d481d1)
- Place of Performance
- Address: Contractor's facilities, United States
- Record
- SN04253613-W 20160904/160902234711-0c6bb4501a33966612edc19fb9d481d1 (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 |