SPECIAL NOTICE
X -- Provide Commercial Space Launch Industry activities at Vandenberg Space Force Base, California
- Notice Date
- 12/7/2022 8:54:27 AM
- Notice Type
- Special Notice
- NAICS
- 531190
— Lessors of Other Real Estate Property
- Contracting Office
- FA4610 30 CONS PK VANDENBERG SFB CA 93437-5212 USA
- ZIP Code
- 93437-5212
- Solicitation Number
- 20221207_VSFB_SLD30_Commercial_Space_Launch_Activities
- Response Due
- 12/21/2022 4:30:00 PM
- Archive Date
- 02/07/2023
- Point of Contact
- Ms. Wendi Rupp, Phone: 805-605-2870, Mr. Roberto Castaneda, Phone: 805-605-7206
- E-Mail Address
-
wendi.rupp.1@spaceforce.mil, roberto.castaneda@spaceforce.mil
(wendi.rupp.1@spaceforce.mil, roberto.castaneda@spaceforce.mil)
- Description
- 1. The United States Space Force (USSF) Space Launch Delta 30 (SLD 30) hereby issues the following special notice. 2. The growth of the U.S. Domestic Commercial Space Launch Industry has resulted in an increase of viable Commercial Launch Service Providers (CLSP) capable of providing space launch services to the Department of Defense (DoD), Non-DoD Federal and other commercial entities.� This growth has resulted in a greater demand for use of real property at the U.S. Space Force (USSF) Space Launch Delta�30, Vandenberg Space Force Base (VSFB) by commercial entities to conduct space launch activities.� It is the intent of SLD 30 to facilitate and encourage the U.S. Domestic Commercial Space Launch Industry in accordance with national policies and in furtherance of Title 51, National and Commercial Space Programs.� 3.The purpose of this announcement is to formally seek interest from CLSPs who desire to obtain a real property use agreement with the Dept of the Air Force (SLD 30) to conduct commercial space launch activities in furtherance of Title 51, Chapter 505 and 509.� 4.The SLD 30 is assessing interest in the few remaining potentially viable launch locations on VSFB that can accommodate space launch operations, for the purposes of space vehicle orbital insertion, in furtherance of Title 51 Chapter 509.� 5.Respondent CLSP shall be capable of achieving a favorable review by higher headquarters for execution a USSF Commercial Space Operations Support Agreement (CSOSA).� A current CSOSA is required to obtain a Department of the Air Force real property outgrant. 6.Respondent CLSPs with an existing USSF CSOSA shall be in good standing with established space launch activities at either of the USSF space launch ranges.� The �good standing� qualification is at the sole and absolute discretion of the respective installation commander. 7.Respondent CLSPs shall be capable of having private capital at risk with plans to invest private capital in space launch infrastructure for purposes of conducting its space launch activities. The term ""commercial"" means having (A) private capital at risk; and (B) primary financial and management responsibility for the activity reside with the private sector (in accordance with 51 U.S.C. �50501(3)). 8.This announcement, and any response and selection thereof, is intended to satisfy the competitive procedures of 10 U.S.C. � 2667 (h).� Selection of a respondent is no guarantee of an exclusive use lease.� The Dept of the Air Force shall determine the terms of the real property use agreement in the best interest of the government. 9.Respondents shall provide the following information to the announcement POCs listed. a.Administrative: i.Company name ii.Company headquarters business address iii.Point of Contact information (Name, Business Title, Phone, E-mail address) iv,Business profile (age and structure of company, principal ownership, number of employees, relevant financial information) v.Business operating locations addresses other than company headquarters vi.Existing contracts with DoD or Non-Federal DoD entities (list all) (1)Contract # (2)Contract Title (3)Description of services provided (4)Government Contracting Officer contact information b.Date committed to achieve initial orbital space launch capability at SLD 30 VSFB c.Identify any condition or disclaimer of this announcement that is found unacceptable 10. Respondents must address the following items in its response: a.Launch Vehicle Program description (rocket class, fuel type and quantities, launch site concept of operations (CONOPS), flight hardware transportation CONOPS, flight hardware test operations, launch frequency, payload/space vehicle processing plans (e.g.� in-house capability or commercially available service providers), other information pertinent to launch site development) b.Description of desired property (and alternatives) c.Intended or planned use of the desired property d.Demonstrate the technical and financial capability to begin launch operations within the next four (4) years. e.Demonstration of company operations maturity and/or prior experience f.Demonstration of maturity of designs/plans (e.g.� operational tests, hardware tests, static fires, engine testing, demonstration launches, etc.) g.Demonstration of prior activities, if any, regulated by the Department of Transportation Federal Aviation Administration Office of Commercial Space Transportation (FAA AST) h.Demonstration of prior project development and operating capability at other DoD installation(s) or Major Range and Test Facilities Base (if any). i.Road map/schedule to achieve initial space launch capability at SLD 30 j.Target customers of company services at SLD 30 (e.g.� DoD, NASA, etc.) 11. Interested respondents are advised that the desired property is likely to meet one or more of the following conditions: a.Unimproved raw land b.Vacant but previously disturbed land c.Former operating or launch location with or without existing infrastructure d.Various states of abandon e.Various states of geography and unknown geology f.Property may require substantial redevelopment investment, including demolition, site preparation, utility installation and/or improvements, environmental mitigation, etc. g.Various levels of National Environmental Policy Act (NEPA) compliance may or may not have been accomplished. h.No existing or prior DoD Explosives Safety Board explosive site plan approval 12. Disclaimers: a.This announcement is not a request for proposal, a request for quote, or a solicitation announcement. b.This is not an effort to acquire products, services, or technology. c.The Government will not pay or reimburse any costs associated with responding to this request. d.The Government is under no obligation to award a contract or allocate property because of this Request for Information. e.All costs associated with operating or developing property and capabilities on SLD 30 VSFB shall be borne by the CLSP. f.Unimproved property shall be granted under the authority of 10 U.S.C. � 2667, Leases: non-excess property of military departments and defense agencies g.Property grant may require Fair Market Value rental payments (with 3% annual increments) h.Property grant may require Payment-In-Kind in lieu of cash rental payments 13. Information contained in this announcement is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bc3f93e974fb45d2b9207692456b4197/view)
- Place of Performance
- Address: Lompoc, CA 93437, USA
- Zip Code: 93437
- Country: USA
- Zip Code: 93437
- Record
- SN06536971-F 20221209/221207230054 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |