Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 15, 2023 SAM #7809
SOLICITATION NOTICE

V -- Notice of Intent to Sole Source Early Integration Studies for Competitive National Security Space Launch (NSSL) Phase 3 Lane 2 Missions

Notice Date
4/13/2023 3:25:53 PM
 
Notice Type
Presolicitation
 
NAICS
481212 — Nonscheduled Chartered Freight Air Transportation
 
Contracting Office
FA8811 ASSRD ACSS TO SPC SSC/AAK-LA EL SEGUNDO CA 90245-2808 USA
 
ZIP Code
90245-2808
 
Solicitation Number
23-13
 
Response Due
4/28/2023 4:00:00 PM
 
Point of Contact
Kirsten Prechtl, Phone: 310-879-7530, Capt Bryan Smith, Phone: 310-653-4449
 
E-Mail Address
kirsten.prechtl@spaceforce.mil, bryan.smith.75@spaceforce.mil
(kirsten.prechtl@spaceforce.mil, bryan.smith.75@spaceforce.mil)
 
Description
This is a Presolicitation Notice of Intent to Sole Source. A.� The United States Space Force (USSF), Space Systems Command (SSC), Assured Access to Space (AATS) (SSC/AA) intends to execute a sole source contract with Blue Origin LLC to acquire early integration studies (EIS) for missions to be procured in Fiscal Year (FY) 2025 and 2026 of the competitive National Security Space Launch (NSSL) Phase 3 Lane 2 acquisition. �The anticipated contract will be Firm Fixed Price (FFP). B.� EIS is a risk-reduction activity, the results of which inform the Government on the compatibility between the launch vehicle and the space vehicle.� For first-time NSSL missions of a specific space vehicle and/or new entrant launch vehicle configuration, EIS is vital to identify the space vehicle�s mission unique requirements and assess the launch vehicle�s ability to meet space vehicle interfaces.� EIS must be initiated approximately 36 months prior to launch, which will then assist the Government in assigning missions to the most suitable launch service provider (LSP) under the competitively awarded Phase 3 Lane 2 contracts. C.� This action is made pursuant to 10 U.S.C � 3204(a)(1), as implemented by FAR 6.302-1(a)(2). �Given EIS is unique to each Launch Service Provider (LSP) and its launch vehicle system, the Government is limited to procuring those studies from the LSP rather pursuing a full and open competition.� Blue Origin�s launch system is currently undergoing the NSSL New Entrant Certification process.� As the sole owner and manufacturer of its launch system, Blue Origin possesses the specific knowledge and unique capabilities to assess the integration of space vehicles on its own launch vehicle. D.� In accordance with FAR 5.207(c)(16), any responsible source may submit a statement of capability (SOC) to demonstrate their ability to meet the EIS requirement for a launch system which shall be considered by the Government. If an LSP, the SOC must demonstrate the company�s capability to meet the Phase 3 Lane 2 requirements.� The SOC must include either: a statement attesting that its launch system is certified; a statement attesting that the company has an approved certification plan for its launch system; or a Statement of Intent (SOI) to initiate a certification plan for its launch system.� If the source is not an LSP intending on fulfilling the EIS capability requirement, the SOC must also address why the company believes the sole source justification to an LSP is not valid.� The SOC shall not exceed 10 one-sided pages and must be submitted to the primary and secondary points of contact listed in this notice. This is not a request for competitive proposals and no solicitation is available.� As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. �Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this notice. �All costs associated with responding to this notice will be solely at the responding party�s expense. SSC/AA has entered into contracts with The Aerospace Corporation, Alpha Omega Group (AOG), Axient, Boecore Incorporated, Boyles Enterprises, Figueroa and Associates, Integrated Data Services (IDS), KBR (formerly Centauri), Liona Enterprises, ManTech International Corporation, Millennium, Nynth Company California LLC, OMNI Consulting Solutions, Quantum Research International, Science Applications International Corporations (SAIC), SAVI LLC, Stellar Solutions, Tecolote Research Incorporated, and Wallender and Associates.� These companies support the program office by performing technical reviews, systems engineering and integration analyses, cost estimation, and other advisory services. �Responding to this notice constitutes consent to disclosure of information to these companies, which are required to provide equal protection to non-public information as the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bc16bbbd24074a7b9d715b341a0aa567/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06649733-F 20230415/230413230110 (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 |
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.