Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2018 FBO #6091
SOLICITATION NOTICE

18 -- Space Launch System (SLS) Spacecraft Payload Integration and Evolution (SPIE) 5.1m Payload Fairing (PLF) System Pre-Solicitation Synopsis Notice

Notice Date
7/26/2018
 
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
NNM18ZXP004L
 
Point of Contact
Brian F. Faraci, Phone: 2565445932
 
E-Mail Address
brian.f.faraci@nasa.gov
(brian.f.faraci@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Space Launch System (SLS) Spacecraft Payload Integration and Evolution (SPIE) 5.1m Payload Fairing (PLF) System Pre-Solicitation Synopsis Notice Introduction The NASA Marshall Space Flight Center (NASA/MSFC) has a requirement to procure one Delta IV Cryogenic Second Stage (DCSS) 5.1 meter (m) Fairing and Payload Attach Fitting (PAF) as a Payload Fairing System from The Boeing Company (Boeing). This requirement will result in a modification to the current Interim Cryogenic Propulsion Stage (ICPS) contract, NNM12AA82C, which was awarded to Boeing within the Space Launch System (SLS) Spacecraft Payload Integration and Evolution (SPIE) element. Hereafter, the term “Fairing System” will include both the DCSS 5.1 m Fairing and the PAF. Background SLS is the launch vehicle designed to send humans and hardware to low earth orbit (LEO) and beyond. The vehicle is one element in the overall Exploration Systems Development (ESD) architecture that includes launch vehicles, spacecraft, mission systems, and ground systems which are needed to embark on a robust human solar system exploration program. Within that launch vehicle, t he ICPS is a slightly-modified, DCSS that is derived from Delta IV heritage and is integral to the upper stage in the SLS Block 1 configuration. For the SLS Block 1 cargo configuration, the ICPS will burn to place a payload into its insertion requirement after a pre-determined coasting period. Using the SLS launch vehicle to explore this solar system, the NASA Europa Clipper will conduct detailed reconnaissance of Jupiter's moon, Europa, and investigate whether the icy moon could harbor conditions suitable for life. To support the Europa Clipper mission, a Fairing is required and shall be integrated to the ICPS on the SLS Block 1 cargo configuration. Synopsis The acquisition contemplated to fulfill the Government’s requirements for procuring the “Fairing System” will be a modification to the current ICPS contract. The “Fairing System” will be used to support the Europa Clipper mission, tentatively scheduled as Science Mission 1 (SM-1) in 2022. The Contractor shall be responsible for providing (1) engineering evaluations, (2) manufacture of a payload fairing, and (3) manufacture of a payload adapter fitting that are both compatible with the SLS vehicle while also complying with the specified design parameters and performance characteristics of the Europa Clipper spacecraft. In addition, the Contractor shall be responsible for providing flight spares and ground/flight support, including mission responsibility from core stage separation through spacecraft separation. NASA/MSFC intends to procure the above requirements on a sole-source basis from Boeing under the authority of 10 U.S.C § 2304 (c) (1) and FAR Part 6.302-1, "Only One Responsible Source and No Other Suppliers or Services Will Satisfy Agency Requirements". Boeing is the incumbent contractor under the current ICPS contract and is responsible for the Design, Development, Test, and Evaluation (DDT&E), production, and delivery of the highly-specialized ICPS to meet mission requirements through EM-1. Boeing and their prime subcontractor, United Launch Alliance (ULA), have developed critical knowledge, capabilities, and essential infrastructure during performance of the current ICPS contract. A Request for Information (RFI) was issued on December 13, 2017, Reference # NNM18ZXP004L, to analyze the current market conditions of available fairings. A review of the RFI responses determined that Boeing's 5.1m Delta IV Fairing and Payload Adapter Fitting is the only commercially-available “Fairing System” capable of meeting the Europa Clipper mission design parameters and performance requirements. The Delta IV Fairing is designed to integrate with the DCSS which is the slightly-modified SLS Block 1 upper stage (i.e., the ICPS). The upper stage/“Fairing System” design characteristics support spacecraft performance requirements and greatly reduces integration risk, therefore uniquely qualifying Boeing to support the production manufacturing and operations of the “Fairing System” under the ICPS contract. These qualifications position Boeing to support an effective, timely, and safe manufacture of the “Fairing System” without substantial duplication of cost and schedule delays that would result from awarding the “Fairing System” to a new contractor. Ultimately, this sole source modification will progressively reduce the risk associated with performance and support of the current contract. 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 336415, "Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing,” and has a size standard of 1,250 employees. This notice of intent is not a request for competitive proposals. Response Instructions 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 to the Contracting Officer, Brian Faraci, via email to Brian.F.Faraci@nasa.gov no later than 4:30 p.m. Central Time (CT) (local time) on August 10, 2018 (15 calendar days from the posted date). All responses, including capability statement, shall be provided in MS Word document format via email and include the Reference Number: NNM18ZXP004L. Font should be Times New Roman, size 12. NASA is seeking capabilities from all categories of Small Businesses and Historically Black Colleges and Universities (HBCUs)/Minority Serving Institutions (MSIs) for the purpose of determining the appropriate level of competition and/or Small Business and HBCU/MSI subcontracting goals for this requirement. Such capabilities and qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. Based upon responses to this notice, a determination by the Government not to compete this proposed effort on a full and open competition basis 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 Part 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 Part 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. The information obtained will be used by NASA for planning and acquisition strategy development. NASA will use the information obtained as a result of this notice on a non-attribution basis. Providing data/information that is limited or restricted for use by NASA for that purpose would be of very little value and such restricted/limited data/information is not solicited. No information provided in the responses or questions received will be posted to any website or public access location. NASA does not plan to respond to the individual responses. Oral communications are not acceptable in response to this notice. NASA Far Supplement (NFS) 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/271b9d51305221947ba17250268e5760)
 
Place of Performance
Address: NASA MSFC, Bldg 4200, Rideout Road, Redstone Arsenal, Alabama, 35812, United States
Zip Code: 35812
 
Record
SN05008120-W 20180728/180726230935-271b9d51305221947ba17250268e5760 (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.