Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 11, 2025 SAM #8537
SOURCES SOUGHT

99 -- Development of Technology Mission Spacecraft Bus

Notice Date
4/9/2025 7:53:47 AM
 
Notice Type
Sources Sought
 
Contracting Office
NASA MARSHALL SPACE FLIGHT CENTER HUNTSVILLE AL 35812 USA
 
ZIP Code
35812
 
Solicitation Number
TMSpaceCraftBusSSN
 
Response Due
4/30/2025 12:00:00 PM
 
Archive Date
05/15/2025
 
Point of Contact
Kathy Cooper, Phone: 2569610159
 
E-Mail Address
kathy.cooper@nasa.gov
(kathy.cooper@nasa.gov)
 
Description
National Aeronautics and Space Administration (NASA)/George C. Marshall Space Flight Center (MSFC) is hereby soliciting information from potential sources for development of a cost effective technology demonstration mission Spacecraft bus. NASA/MSFC is seeking capability statements from all interested domestic parties. Any non-U.S. organization dependency must be addressed in the domestic party�s response to this SSN. The subject Spacecraft bus is required to enable a technology demonstration mission. The goal of this mission is to operate multiple technologies, integrated together in several systems, to collect integrated system performance data. The anticipated launch date for this project is 2030 - 2032. The mission duration is anticipated to be 8 months with a potential of up to 12 months. Concept studies are currently under development by the NASA team. This SSN seeks information from interested sources through source responses to the anticipated requirements noted below. NASA envisions conducting a bus acquisition where the selected source will 1) serve as the Principal Investigator�s (PI�s) Prime Contractor; 2) finalize spacecraft bus requirements based on NASA contract requirements; 3) develop and deliver a complete Spacecraft design, hardware, software, and ground support equipment; 4) support technology demonstration system integration with the Spacecraft bus; and 5) provide mission operations systems and support. Information obtained through this SSN will be used by NASA to evaluate available Spacecraft capabilities and interfaces for potential use in the subject mission. Spacecraft key characteristics: 1. Launch in 2030 � 2032; Launch windows will be selected to avoid eclipses during the 8-month mission. 2. Launch provider to be identified. 3. Orbit: 500 km Sun-synchronous orbit with 97.4 degree inclination. 4. Sustain a minimum mission duration of 8 months with a possible extension up to 4 months (12 months total). 5. Carry a payload mass of approximately 1000 kg. Conceptually, the payload total height is 5m with a base diameter of 2.5m. The payload profile tapers off to a 1m diameter dome shaped top. 6. Provide solar arrays for power generation with batteries for payload experiments and propulsive maneuvers. 7. Provide TT&C Services. 8. Provide approximately 6 Tbits of onboard data storage. 9. Provide the science payload�s downlink communications: Downlink science data to ground station (6 to 10 Mbps, ~ 4 to 8 contracts per day; ~8-10 min contact duration). 10. Provide electric power to the Payload of up to 2000 W (Peak) for durations up to 35 mins. 11. Provide guidance, navigation, and control services. 12. Accommodate thermal control of the payload. It is desired that the Spacecraft Bus be as thermally isolated as possible from the Payload. 13. Provide Spacecraft pointing accuracy of at least 5 degrees RSS. 14.Provide Spacecraft attitude knowledge (sensor accuracy) of < 100 arcseconds. 15. Provide Spacecraft position accuracy of at least 15 m. 16. Meet a risk of casualty limit no higher than 1:10,000 for an uncontrolled de-orbit within 25 years of mission end. This notice seeks information to assist in evaluating current manufacturing capabilities, feasibility, and schedule for delivering a cost-effective spacecraft for a technology demonstration mission as described above. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on SAM.gov. Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis. Interested sources having the required capabilities necessary to meet the above requirement described herein should submit a capability statement in the form of a PDF document of no more than twenty (20) pages using 12-pt font indicating the ability to perform all aspects of the effort described above. The respondent�s capability package shall address the following: Name of submitter and contact information (institutional affiliation, phone number, email address) Statement of capabilities and qualifications that address the respondent�s ability to provide a Spacecraft which meets those specified above Discussion of experience in mission formulation and engineering trade studies which have guided or altered initial mission, payload, or Spacecraft bus requirements Discussion of experience in launch site integration at candidate launch sites such as Cape Canaveral or Vandenberg Air Force Base Discussion of past experience in developing proposals to NASA or other U.S. government entities Discussion of experience delivering similar Spacecraft to NASA or other space flight missions Description of the projected Spacecraft flight heritage Notional description of projected Spacecraft mass, volume, power specifications, data rate, and deployment requirements and specifications Notional description of projected Spacecraft payload accommodation specifications Notional cost and schedule for delivery of projected Spacecraft Please address the following questions in your response: Please provide a detailed description of the design approach and capabilities of your recommended core spacecraft. Including options (if any) and describe the major modifications to the spacecraft needed for this mission. Please provide a Rough Order of Magnitude (ROM) for both Price & Schedule by Government fiscal year and funding profile. Please include spacecraft bus development and test, payload integration and environmental test, shipment to the launch site, launch site operations, launch, and on-orbit checkout in your ROM. Please describe key technical, schedule, and price drivers. Identify options for mitigating these drivers including technical trades. Can you provide a Bus User's guide or a Bus-to-Payload interface control document? Do you have a bus model you can provide for our integration efforts? If not, can the structural and thermal properties of the bus interface be provided? One concept is to use a single rigid panel solar array wing (~ 11m x 1.5m) that also serves as a gravitational gradient boom. Please compare this approach to your recommended approach and address any major technical or cost difference (e.g., vendor approach uses additional propulsion components for stabilization). What Command & Data Handling interfaces do you offer (i.e. LVSD, RS422, SpaceWire)? Does your Bus command stack support the end-to-end requirement to meet the Federal Information Processing Standard (FIPS) 140, Security Requirements for Cryptographic Modules, Level 1? What voltages can the EPS provide to the Payload? Does the vendor implement any Space Power Standards, such as the SAE AS5698 Rev. A? What electrical standards are followed at the system and box level? Are the bus qualification environments available to review that shows your bus is compatible with launch vehicles? Please provide a list of recommended separation systems available with your proposed solution. Does your bus structure support cryogenic quick-disconnect fill/vent lines that contain liquid/gaseous cryogenic fluid (e.g., oxygen, hydrogen) to the payload? Can the bus accommodate the bending moment applied by the payload in a horizontal configuration prior to launch? (e.g., for Falcon 9 integration) This requirement is not commercial in nature as defined in FAR 2.101, Definitions. All responses shall be submitted electronically via email to Kathy Cooper via email at Kathy.Cooper@NASA.gov and R. Jeremy Kenny at Robert.j.Kenny@NASA.gov no later than 30 April 2025; 2:00 P.M. CDT. Please reference �Development of Technology Mission Spacecraft Bus� in any response. The body of the email message should identify and provide the name, institutional or organizational affiliation, address, telephone number and email address of the primary point-of-contact for the response. Other key institutions, companies and individuals collaborating on this SSN response should also be identified with primary point-of-contact information. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. It is not NASA�s intent to publicly disclose proprietary information obtained through this sources sought notice (SSN). To the full extent that it is protected pursuant to the Freedom of Information Act and other laws and regulations, information identified by a respondent as �Proprietary or Confidential� will be kept confidential. Material suitable for full and open distribution is requested and submittals shall be considered approved by the providing organization to be suitable for full and open distribution. Respondents should not submit proprietary information, export-controlled information (including EAR and ITAR restricted information), nor confidential information in response to this notice unless such information is clearly segregated and marked as Proprietary or Confidential.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bf175f37d25e4ee29807c010246697c2/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07403441-F 20250411/250409230101 (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.