Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 07, 2018 FBO #5948
SOURCES SOUGHT

A -- SOURCES SOUGHT SPECIAL NOTICE 2018

Notice Date
3/5/2018
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, California, 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
80ARC01812345
 
Point of Contact
Rachel Khattab, Phone: 6506045237
 
E-Mail Address
rachel.khattab@nasa.gov
(rachel.khattab@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA Ames Research Center (ARC) is seeking partners interested in developing competitive proposals in response to NASA Announcements of Opportunity (AOs), Broad Agency Announcements (BAAs), Missions of Opportunities (MoOs) and proposal calls from other government agencies. ARC is interested in identifying potential partners that can perform science investigations, research activities, and develop and demonstrate new technologies that are aligned with NASA's goals. Information is also sought on regarding partners that, in addition to performing substantial research, can provide flight hardware (i.e. spacecraft, deployment systems, suborbital systems, ground support systems, equipment, or instrumentation) necessary to implement proposed science investigations, research activities or technology demonstration missions. As background, NASA often competitively selects scientific investigations, technology development and demonstration missions through solicitations or announcements posted on NSPIRES http://nspires.nasaprs.com/external. These missions are typically led by a single Principal Investigator (PI), Principle Technologist (PT), or Project Manager (PM). The PI, PT, or PM may be from Government or non-Government institutions, including academic institutions, industry or nonprofit entities, from one of NASA's nine field Centers, NASA's Jet Propulsion Laboratory (JPL), other federally funded research and development centers, or other U.S. Government agencies. Mission teams may be formed from any combination of these institutions including international partners. ARC may respond to an AO or other proposal calls in either a lead or supporting role. This synopsis/special notice is posted annually in anticipation of upcoming AOs, and may have subsequent specific updates as ARC seeks partners for specific proposal opportunities. ARC is currently considering responding to AOs from NASA's Science Mission Directorate (SMD), Space Technology Mission Directorate (STMD), Human Exploration and Operations Missions Directorate (HEOMD), and Aeronautics Research Mission Directorate (ARMD). A full description of calls for proposals from the Science Mission and Space Technology Mission Directorates at NASA Headquarters can be found at http://nasa.gov or http://nspires.nasaprs.com/external. Additional information is available at http://science.nasa.gov/researchers. For the 2017 and anticipated 2018 calls for proposals, Ames is most interested in the following opportunities: (See websites for further information) Human Exploration Research Human Exploration Research Opportunities (HERO): https://nspires.nasaprs.com/external/solicitations/summary!init.do?solId={9B13E02D-9825-E9B8-3B5D-C132E46A519C}&path=open Science Mission Directorate Research Opportunities in Space and Earth Sciences 2017 (ROSES-2017): https://nspires.nasaprs.com/external/solicitations/summary!init.do?solId={E757EF32-60E6-76AE-A276-21A1F8BA96BB}&path=open Note: There are a number of independent solicitations under this announcement. Of particular interest to Ames are those associated with: Earth Sciences, Heliophysics, Astropshysics, Instruments (Life Detection, SOFIA, etc.), and Small Innovative Missions for Planetary Exploration (SIMPLEX) Third Stand Alone Missions of Opportunity Notice (SALMON-3): https://nspires.nasaprs.com/external/solicitations/summary!init.do?solId={15B90D1B-AD09-1306-4A3B-B905A85D11C2}&path=open Science Technology Mission Directorate Space Technology Research, Development, Demonstration, and Infusion-2018 (SpaceTech-REDDI-2018): https://nspires.nasaprs.com/external/solicitations/summary!init.do?solId={F7068C6C-664D-E72C-5B5A-371429E3E3AF}&path=open Responders to this notice are encouraged to submit questions to the identified POC in writing. Pertinent information from questions and answers will be shared with all interested parties, without disclosing the identity of the sources of the questions. Responses to this notice may be submitted at any time. However, ARC reserves the right to complete its evaluation of responses in a time frame necessary to support timely submission of an ARC proposal to a particular opportunity. ARC may hold optional oral presentations, meetings or written exchanges via email with potential proposal partners to obtain additional information. Oral presentations will have a specified period of time to present and for questions and answers. Responses to this notice will not be returned. All responders to this notice should be aware that NASA support service contractors may have access to their responses to this notice and subsequent proposal information. All information received in response to this notice that is marked ‘Proprietary' will be handled and protected accordingly. NASA support service contractors are obligated to protect third-party proprietary information. By submitting a response to this notice, the responder is deemed to have consented to release of proprietary information to such NASA support service contractors. 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. Submitted responses will be maintained for possible future opportunities for 1 year after receipt. Of the current and upcoming NASA AO calls described above, responders to this notice should identify which announcement(s) are appropriate for their capabilities. However, responses may be considered for partnering for any of the opportunities listed above, or other future opportunities. Additional information may be requested to determine potential partnering relationships. Responses to this sources sought notice should include the following information: Spacecraft systems including bus and/or subsystems: 1) Describe spacecraft, bus, and/or subsystem mission element capabilities the responder has to offer. 2) Identify particularly critical or challenging areas that have been overcome in previous work. 3) Identify spacecraft, bus, and/or subsystem relevance and compliance to the applicable mission class (class A, B, C, or D) 4) Discuss current capabilities for Integration and Test (I&T) flow of the spacecraft, bus and/or subsystem(s). 5) Identify ROM schedules and costs for spacecraft, bus and/or subsystem development. 6) List the skills available to support a spacecraft or subsystem(s) through all mission phases. 7) Identify responder's support facilities for a spacecraft and/or subsystem(s) e.g. fabrication, I&T, storage, etc. 8) Indicate the resources (skills and time) that would be allocated to the potential proposal development phase. Payload, instrumentation or subsystems: 1) Address payload, instrumentation and/or subsystem(s) mission element capabilities the responder has to offer. 2) Identify particularly critical or challenging areas that have been overcome in previous work. 3) Identify payload, instrumentation, and/or subsystem relevance and compliance to the applicable mission class (class A, B, C, or D). 4) Discuss current capabilities for Integration and Test (I&T) flow for the payload(s), instrumentation, or subsystem(s). 5) Identify ROM schedules and costs for payload, instrument and/or subsystem development. 6) List the skills available to support a payload through all mission phases. 7) Identify responder's support facilities for payload(s) e.g. fabrication, I&T, storage, etc. 8) Indicate the resources (skills and time) that would be allocated to the potential proposal development phase. Payload delivery capability to planetary surfaces: 1) Describe the planetary (Moon, Mars, etc.) payload delivery capability. 2) Describe the payload accommodation aspects of the delivery capability (e.g. payload mass, volume, power) and any relevant performance considerations, e.g. dependence on landing altitude. 3) Indicate any special aspects of the capability that might be relevant to NASA missions. 4) Identify rough-order-of-magnitude schedules and costing for the capability. 5) Discuss relevant spacecraft development and operations capabilities that the proposer has to offer. 6) Discuss current capabilities for integration and testing flow for the spacecraft and payload(s). 7) Identify support facilities (fabrication, I & T, storage, etc.) available for spacecraft and / or payload(s). 8) List the skills available to support the delivery capability through all mission phases. 9) Indicate the resources (skills and time) that would be allocated to a potential proposal development phase. Drill, Excavator/Probe, and Sample Transfer Systems (one or multiple): Of special interest is payloads, instrumentation, or subsystems required for subsurface science. 1) Identify the Rough Order of Magnitude (ROM) cost for development and flight units. 2) Address depth capabilities [Very Shallow (<20cm), Shallow (20cm -3m), Moderate (3-5m), Deep (>5m)]. 3) Address the sample type provided at the top of the borehole [Powder, Mixed Cuttings, Core, Down-hole Measurements Only]. 4) Identify the range of operational gravity environments in which the system will function [Microgravity (e.g., Asteroids), Low Gravity (e.g., Moon, Europa), Medium Gravity (e.g., Mars)]. 5) Discuss the degree of human interactivity required for nominal and fault-recovery operations [Autonomous, Remote Tele-robotic, Real-time (local) Tele-robotic, Manual Control]. 6) Discuss the degree of physical/chemical cross-contamination inherent in the system. 7) Describe a planetary protection approach compatible with deployment in COSPAR Special Regions III or IV, and the degree of biological contamination of/by the system. 8) Address performance in making headway and maintaining borehole control in a variety of possibly-encountered strata [including Minimally Consolidated Soil/fines, Ice (min. 2cm thick 95% layers), Rock, Ice-indurated Regolith. 9) Identify the range of system performance through varying material strengths [Low <20MPa, Medium 20-130MPa, High >130MPa fracture toughnesses]. 10) Indicate the resources (skills and time) that would be allocated to the potential proposal development phase. Scientific concepts, Technology Demonstration concepts or Mission Architecture: 1) Provide a research topic or mission concepts related to the particular solicitation of interest and why the topic is relevant to the solicitation. 2) Provide a concept of operations for the mission. 3) Identify existing or proposed partners, their role, the role of the responder's organization, and the role of NASA Ames in the proposed mission. 4) Identify the Rough Order of Magnitude (ROM) cost for the mission concept. 5) Address mission element capabilities the responder has to offer. 6) Indicate the resources (skills and time) that would be allocated to the potential proposal development phase. Integration with Launch Services: 1) Address secondary launch system capabilities and launch dispensing systems for the spacecraft systems the responder has to offer. 2) Identify particularly critical or challenging areas that have been overcome in previous work. 3) Discuss current capabilities for Integration and Test (I&T). 4) Identify the Rough Order of Magnitude (ROM) cost.5) Identify responder's support facilities for the launch and dispenser integration. 6) Indicate the resources (skills and time) that would be allocated to the potential proposal development phase. For the purposes of determining potential partnership opportunities, ARC will evaluate the responses received based on: alignment with the Agency's goals, compliance with the announcement requirements, feasibility and suitability of the concept, and/or and its alignment and/or complementary nature with Ames' interests and capabilities. The criteria for consideration are listed below: • Ability to work as part of a government- industry team that may include other industrial partners, academia, and/or international partners. • Innovative technical and partnering approaches that could be used to minimize cost and/or schedules without increasing overall mission risk. • Demonstrated performance in a schedule-constrained environment and at the agreed upon cost. • History of delivering spacecraft, payloads, or instruments with proven technical and cost performance. Also, if applicable, depth of experience in spacecraft bus and/or payload management/development, including but not limited to: systems engineering, bus and/or payload fabrication and test, subcontract management, quality management, safety management, materials and processes/contamination control, payload integration and test support, observatory functional and environmental testing, shipment to the launch site, launch vehicle integration support, preparations for and the conduct of launch and early orbit checkout operations, on-orbit operation support, and sustaining engineering support including flight software maintenance. In order to receive consideration, respondents are requested to: 1. Submit a response that does not exceed 10 pages per Mission Proposal (MP). 2. Use an Arial font text with a size not smaller than 12 point font. 3. Include all information requested in this notice. 4. Provide a Point of Contact and email to address questions from NASA. 5. Send responses in PDF format to: diane.alexander-1@nasa.gov and Donald.J.Nickison@nasa.gov with synopsis number and company name in subject line of email. Responses must include the following: Name and address of company or organization; Point of contact - address, website, email and phone number; Type(s) of partnership(s) the responder is interested pursuing, including specific opportunities if known; Answers to the relevant questions listed above; and a listing of relevant partners/customers over the past five years, highlighting work performed. If yours is a commercial firm, your response must also include: Size of business and number of employees; Average annual revenue for past 3 years; Ownership -whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned and whether the company is U.S. or internationally-owned; Number of years in business; and Affiliate information: parent company (US or international), joint venture partners potential teaming partners (prime contractor (if potential sub) or subcontractors (if potential prime). This notice should not be construed as a solicitation; therefore, please do not request a copy of a solicitation. It is the responder's responsibility to monitor FedBizOpps for any changes to this notice. Points of Contact Technical: Donald Nickison Title: Acting Director, New Opportunities Center Phone: 650-604-1748, Donald.J.Nickison@nasa.gov Administrative: Diane Alexander Title: Office Manager, New Opportunities Center, Phone: 650-604-3140,diane.alexander-1@nasa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/80ARC01812345/listing.html)
 
Record
SN04843268-W 20180307/180305231630-20b9c11c53d409e2370620110f642724 (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.