Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2018 FBO #6089
SOLICITATION NOTICE

A -- Booster Flight Set 4-9 Contract

Notice Date
7/24/2018
 
Notice Type
Presolicitation
 
NAICS
336414 — Guided Missile and Space Vehicle 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
NNM18ZXP007L
 
Archive Date
8/22/2018
 
Point of Contact
Stacey E. Hadavi, Phone: 2565443506, Joseph M. McCollister, Phone: 2565443586
 
E-Mail Address
stacey.e.hadavi@nasa.gov, joseph.m.mccollister@nasa.gov
(stacey.e.hadavi@nasa.gov, joseph.m.mccollister@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/MSFC has a requirement for the continued production and operations of the Space Launch System (SLS) Booster element, which is being developed under the SLS Booster contract, NNM07AA75C with Northrop Grumman ATK Launch Systems Inc. (LSI). Currently, Exploration Mission-One (EM-1) through EM-3, Flight Support Booster-One (FSB-1), and Booster Obsolescence and Life Extension (BOLE) are on contract. SLS is the launch vehicle designed to send people and hardware to low earth orbit and beyond. The vehicle is an element of the overall Exploration Systems Development (ESD) architecture that includes launch vehicles, spacecraft, mission systems and ground systems needed to embark on a robust human solar system exploration program. The first launch vehicle being designed, developed, and built as part of the NASA SLS Program is designated as the Block 1 configuration. Beyond this initial configuration, two upgrades are planned - the Block 1B vehicle and the Block 2 vehicle. The Boosters remain the same in both Block 1 and Block 1B and are based on Shuttle heritage with many components preserved from the Shuttle program. Booster lead time for manufacture of the current design is roughly 30 months. Eventually NASA will run out of the heritage Shuttle components and a replacement design is needed to address this future obsolescence. It is expected that the replacement design will provide the same or higher ascent performance than the existing heritage design. The acquisition is contemplated to fulfill the Government's requirements beyond the third fight of the SLS by extending the life of the current Booster design through the available Shuttle heritage inventory while continuing to develop a replacement design (BOLE) to be ready when that inventory runs out. Because approximately eight flight sets of heritage hardware were preserved at the end of Shuttle, a new Booster must be developed, certified, and produced on or before the ninth flight of the SLS. The acquisition will support production and operations of Flight Set (FS)-4 through FS-9, including sustaining engineering, flight operations support, and a design, development, test and evaluation (DDT&E) effort to qualify a Booster to replace those elements that will become obsolete. Some of the Booster obsolescence items may include material suppliers; major structures; thrust vector control; motor case; propellant, liner, and insulation; and nozzle ablative liners and metal housings. NASA/MSFC intends to procure the above requirements on a sole-source basis from LSI under the authority of 10 U.S.C § 2304(c)(1) and FAR 6.302-1, "Only One Responsible Source and No Other Suppliers or Services Will Satisfy Agency Requirements" should no other respondents be capable of effectively producing the requirements. LSI is the incumbent contractor under the current Booster contract and is responsible for the DDT&E and production of the highly specialized boosters to meet mission requirements through EM-3. LSI has developed critical knowledge, capabilities, and essential infrastructure during performance of the current DDT&E contract, which uniquely qualifies them to support the production and operations of the booster requirements. These qualifications position LSI to support an effective, timely, and safe transition to the new contract without substantial duplication of cost and schedule delays that would result from awarding this acquisition to a new contractor. In addition, LSI is uniquely qualified as the incumbent to ensure knowledge gained in performance of the current contract is transitioned to the new contract, including stabilization of the production process, incorporation of block upgrades, and the reduction of costs through learning curves as the program transitions to a block 2 capability. Ultimately, this sole source contract will progressively reduce the risk associated with performance. The Government does not intend to acquire a commercial item using FAR Part 12. The North American Industry Classification System (NAICS) code for this acquisition is 336414, "Guided Missiles and Space Vehicle Manufacturing," and has a size standard of 1,250 employees. This notice of intent is not a request for competitive proposals. All responsible sources may submit a written capability statement which shall be considered by the Agency. Interested organizations may submit their capabilities and qualifications to perform the effort via email to stacey.e.hadavi@nasa.gov no later than 4:00 p.m. Central time on August 7, 2018. Such capabilities and 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. All information received from this notice shall be used for planning purposes only. This notice is not to be construed as a commitment by the Government nor will the Government pay for information submitted. As stipulated in FAR 15.201 (e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. This notice is subject to FAR 52.215-3, Request for Information or Solicitation for Planning Purposes. Any responses to this notice that are subject to export controlled items should be properly marked as such. 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/b443992969652754ed58f12f53d71629)
 
Record
SN05004590-W 20180726/180724231014-b443992969652754ed58f12f53d71629 (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.