SOURCES SOUGHT
V -- Astronaut Crew Rescue Services
- Notice Date
- 4/23/2025 11:31:27 AM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- NASA KENNEDY SPACE CENTER KENNEDY SPACE CENTER FL 32899 USA
- ZIP Code
- 32899
- Solicitation Number
- 80KSC025ZLS001L
- Response Due
- 5/23/2025 2:00:00 PM
- Archive Date
- 06/07/2025
- Point of Contact
- Ricardo Santos-Concepcion, Joshua Klein
- E-Mail Address
-
ricardo.santos-concepcion@nasa.gov, joshua.m.klein@nasa.gov
(ricardo.santos-concepcion@nasa.gov, joshua.m.klein@nasa.gov)
- Description
- The National Aeronautics and Space Administration (NASA)/Kennedy Space Center (KSC) is hereby soliciting information from potential sources for Astronaut Crew Rescue Services. NASA/KSC is seeking capability statements from all interested parties, including all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for Astronaut Crew Rescue Services. The Government reserves the right to consider a Small, 8(a), Women-owned Small Business (WOSB), Service-Disabled Veteran-owned Small Business (SD-VOSB), Economically Disadvantaged Women-owned Small Business (EDWOSB) or HUBZone business set-aside based on responses received. Background/Description NASA has a need for astronaut crew rescue services for Commercial Crew Program (CCP) missions. CCP is responsible for astronaut crew rescue during off-nominal situations beyond the requirements of CCP mission providers. CCP requires rescue forces during launch, free flight, and landing phases. Currently, the Department of Defense (DoD) provides NASA with rescue support. Astronaut crew rescue services include real-time communication with NASA, astronaut crew retrieval, and basic medical care during transportation to medical facilities to ensure the safety of the astronaut crew. Astronaut crew retrieval entails rescuers approaching the capsule and potentially opening the hatch and assisting the crew in egress if they are unable to themselves. Immediate response is needed during the launch, free flight, and landing phases of CCP missions. During these phases, NASA requires astronauts crew rescue services in designated areas. The timing requirement for astronaut crew rescue services is dependent on the location of the rescue area. Rescue coverage for launch is expected along the ascent corridor which runs from the launchpad at KSC, up the coast of the US and Canada, and across to the coast of Ireland. For free flight and landing, CCP designates landing zones requiring rescue coverage. Currently, the designated landing zones are covered utilizing staged rescue forces. However, NASA is open to industry ideas for providing this coverage. Astronaut crew rescue services are anticipated to be needed for all upcoming CCP missions starting in 2026 (approximately 2 missions per year) through 2030; the current life of the International Space Station. Definitions Render Assistance: The process of locating the astronaut crew, proceeding to their position, opening hatch(es) without astronaut crew assistance, and providing initial medical care and sustenance until additional assets arrive to complete the rescue effort. This could include, but does not necessitate, egress of the astronaut crew into a raft for care and sustenance. For requirements where the timeframe to render assistance is defined, the clock stops when the spacecraft hatch is opened, but the Contractor�s responsibility to retrieve the astronaut crew and escort them to a medical care facility continues. Rescue: The process of locating the astronaut crew, proceeding to their position, egressing the astronaut crew, providing initial medical care, and initiating transport to definitive medical care. Surface Rescue Forces: The Pararescuemen or other equivalent forces that will be performing the rescue or rendering assistance to the astronaut crew. These forces must have all the requisite training to infill to the rescue location and provide required medical care to the astronaut crew in situ. All forces trained to the identical technical level and capability. Pad Abort: The activation of the spacecraft�s abort system to separate it from the launch vehicle while it is sitting on the launch pad. Ascent Abort: The activation of the spacecraft�s abort system to separate it from the launch vehicle while it is enroute to orbit. Mode 1: Render assistance to the astronaut crew within 2 hours of notification and rescue the astronaut crew within 4 hours when a pad abort with landing occurs within 20 nm of the launch pad. Mode 2: Render assistance to the astronaut crew within 24 hours of notification following an ascent abort after liftoff and before achieving orbital insertion, where water landing occurs more than 20 nm from the launch pad. Mode 2 may occur anywhere along the ascent corridor (See Attachment). Mode 3: Render assistance to the astronaut crew in pre-defined water regions around the world within 24 hours of notification of an emergency during planned free-flight orbital operations. Definitive Medical Care Facility (DMCF): Any time transport to a DMCF is required, decision authority on which DMCF to transport to lies with NASA if options exist. The decision will be made in consultation with the Contractor providing astronaut crew rescue. Astronaut Crew Rescue Requirements The complete astronaut crew rescue requirements are to be defined. Requirements contemplated include but are not limited to the following, which are based on the best information available at the time of publication and are subject to revision: Aero-Medical Evacuation (AIREVAC) at the pad: Provide local AIREVAC support to transport up to 4 injured personnel to a NASA predefined DMCF in the event of a contingency at the pad. This includes in-flight care for injured astronaut crew. AIREVAC will be on alert starting at L-4 hours and will remain on alert until launch or released by NASA in the event of a launch scrub. AIREVAC support must be on 15-minute alert and be able to arrive at a defined triage site near the launch pad within 30 minutes of request. Pad Abort: Provide all the resources necessary to cover Mode 1 day or night, any day of the year. The Contractor must infill all surface rescue forces and equipment necessary to render assistance and rescue within the prescribed Mode 1 time. Once enroute to a DMCF, transportation must be less than an hour. Astronaut crew advocate: Provide a representative with Pararescuemen-like qualifications to stay with the astronaut crew upon arrival at a DMCF until handover to a NASA representative. Perform all Search and Rescue (SAR), rescue, and AIREVAC operations in all lighting conditions (day and night) and all prescribed weather conditions. Limitations could include cloud ceilings, surface winds, or wave heights. Note: Respondents are requested to identify additional or differing limitations in their capability statement. Perform manual up-righting of the capsule should it end up in Stable 2 (upside down) or Stable 3 (on its side) orientation after splashdown. Equipment: Provide all necessary equipment to support the astronaut crew rescue. This includes all equipment needed to safely approach the capsule, stabilize the capsule to assist crew egress, and provide long term medical care from the time the surface rescue forces reach the capsule until the astronaut crew is delivered to a DMCF. Equipment potentially includes, but not limited to, planes, helicopters, ships, boats, slings, rescue basket, medical supplies, etc. Store and maintain all rescue equipment. Note: Respondents are requested to identify commercial maintenance practices including maintenance schedules. Communication: Provide personnel on-station during launch capable of interfacing with NASA personnel. A main point of contact must be assigned for NASA to request a rescue in the event of a contingency. The on-station personnel must be able to direct all surface rescue forces and assets and communicate back to NASA the status of ongoing operations. To effect the rescue, NASA will provide near-real-time spacecraft status to the Contractor and best-known landing location if rescue is required. At a minimum, NASA will provide spacecraft position and altitude, velocity, splashdown time, and elements to aid situational awareness of the capsule. Communication methods must have secure channel capability to discuss private medical concerns between the surface rescue forces and designated NASA personnel. Communication methods utilized must be National Incident Management System (NIMS) compliant. Provide communication on prespecified comm paths (i.e., voice communication via Military Air Distress (MAD) UHF 243.0 MHz, International Air Distress (IAD) VHF 121.5 MHz, satellite phone, etc.) between surface rescue forces, the astronaut crew, and spacecraft. Coordinate with Department of Defense (DoD), United States Coast Guard (USCG), and others who may assist with the operation. NASA will provide access to voice channels utilized for CCP missions to enhance communication. Training: The Contractor must train their surface rescue forces to support CCP missions. Training capabilities must include Hazard analysis; suit removal; pre-hospital space medicine care course; hatch and door operations; ground support equipment installation; assisted egress through both door and hatch; and up-righting of capsule. Note: Respondents are requested to identify how many times a year the training units are required to train to support 2 missions per year. The Contractor must provide and maintain their surface rescue forces Pararescueman qualification/certification training (or DoD/civilian equivalents). Training includes but is not limited to fundamentals of space medicine, kinetics of trauma & mechanisms of injury, decompression-related disorders and hazardous gas exposure and treatment. Perform a Full Mission Profile (FMP) exercise which is an end-to-end training event, as an initial validation of the entire operation and comms to validate rescue operations, and as needed to maintain proficiency and currency. Note: Respondents are requested to identify frequency required to maintain proficiency and currency in their capability statement. Provide training certifications and support verification of non-Space related training such as jump training, medical training, etc. for NASA to verify proficiency. NASA will provide access to training capsules for the Contractor to use for training sessions. Medical Care: Provide surface rescue forces with a minimum of 1 rescuer to 1 astronaut ratio to deliver independent advanced life support management of astronauts with spaceflight physiologic adaptations, polytrauma, toxicologic and medical emergencies in a pre-hospital setting. This includes the capability to provide prolonged field care, AIREVAC and enroute care. Care includes but is not limited to hemorrhage control, advanced airway management including intubation, fluid resuscitation to include blood administration, with an emphasis on advanced cardiac life support and pre-hospital advanced trauma life support. Provide continuous medical care at the capsule, while awaiting exfil, onboard a selected rescue asset, and enroute to a DMCF. The rescuer-to-astronaut crew ratio must be maintained for extended periods while astronaut crew and rescuers are waiting for exfil and through exfil complete to a DMCF, while allowing for any necessary breaks for the surface rescue forces. Provide and administer Low Titer Group O Whole Blood (LTOWB) or equivalent blood components. At least two units of LTOWB, or equivalent blood products, per astronaut crewmember must be prepositioned with the surface rescue forces at staging areas for immediate deployment with specialized medics. Transport any human remains to a defined point for transit to Dover Air Force Base (AFB). As emergency rescues may take place at any point along the ascent corridor or worldwide, provide personnel able to practice medicine across state lines. Provide an overall medical control that oversees medical operation. The medical control will provide medication, oversee medical procedures, and take guardianship of the astronaut crew. A licensed medical doctor must be employed for the Pararescuemen (PJ) surface rescue forces (or equivalents) to operate under. Provide NASA, and its support services contractor(s), insight into air assets certification, airworthiness, etc. per federal agency guidelines for Government readiness verification for mission support. This includes access to training activities, the Contractor�s communication room, and to other key operational events or locations as required for insight or oversight. Meet badging requirements to obtain access to any locations that may be required to support rescue operations (i.e., Kennedy Space Center, Cape Canaveral Space Force Base, etc.) Provide a readiness report at L-1 month before a mission. The report details readiness of the Contractor to support the mission across all areas, including surface rescue forces, transportation assets, medical capability, equipment, communication, and any other areas. Optional Astronaut Crew Rescue Requirements Respondents are requested to indicate in their capability statements if they have the capability to perform the below requirements. Please include a description of the approach to perform the requirements. Ascent Abort: Provide all the resources necessary to cover Mode 2 day or night, any day of the year. The Contractor must infill all surface rescue forces and equipment necessary to render assistance within the prescribed Mode 2 time. The Mode 2 Surface Rescue Forces will be on alert from T-0 until orbital insertion. The surface rescue forces will provide care to the astronaut crew while exfil is arranged and through delivery of the astronaut crew to DMCF. Note: Respondents are requested to identify in their capability statement their ability to coordinate with the DoD to utilize the National SAR network to arrange an exfil of the surface rescue forces and the astronaut crew and keeping NASA informed of developing operations. Mode 2 and 3 Rescue: Provide all the resources necessary to cover Mode 2 and Mode 3 day or night, any day of the year in support of the following timings: At launch, the surface rescue forces will be on alert from T-0 until successful docking and hatches opened. At landing, the surface rescue forces will be on alert from undocking until nominal splashdown. The surface rescue forces will provide care to the astronaut crew while exfil is arranged and through delivery to a DMCF. Note: Respondents are requested to identify in their capability statement their ability to coordinate with the DoD to utilize the National SAR network to arrange an exfil of the surface rescue forces and the astronaut crew. Staging Phase Abort: Provide additional resources to render assistance to the astronaut crew within 4 hours and rescue the astronaut crew within 8 hours for aborts that take place in the staging area. The surface rescue forces will be on alert from T-0 to orbital insertion. CCP missions nominally have a relatively higher risk area of abort at the staging phase of flight that usually fall into Mode 2. Flight locations are approximately 300 miles east of Charleston and/or 300 miles east of New York. Requested Information Responses to this notice are not offers and cannot be accepted by NASA to form a binding agreement or contract. NASA is under no obligation to issue a solicitation or to enter into any agreement or award any contract on the basis of this RFI. 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. NASA reserves the right to share all information received in response to this RFI throughout the Government, and its support services contractors, to use all information submitted in the development of any potential future requirements related to initiatives described herein. Responses to this RFI may include competition sensitive data requiring protection, which should be clearly segregated and marked as sensitive. NASA is not requesting export-controlled data that requires protection. However, if it is necessary to submit export-controlled data to answer any of the questions in this RFI, that data should be clearly segregated and marked as sensitive. Additionally, any International Traffic in Arms Regulations (ITAR) or Export Administration Regulations (EAR) restricted information should be appropriately labeled in response to the RFI. NASA will protect such data from public disclosure to the extent permitted under the Freedom of Information Act (FOIA) and other laws and regulations. Although information contained herein represents current program content, it is subject to change. Interested firms having the capabilities to provide these services should submit a capability statement of no more than 50 pages indicating the ability to perform all aspects of the effort. All interested parties are requested to address the following in their capability statement for NASA to determine industries current capabilities and assist in the development of any potential future requirement. Company�s name, address, and point of contact (name, title, and e-mail address). Unique entity identifier and Commercial and Government Entity (CAGE) code. Company�s size under NAICS, 541990, All Other Professional, Scientific, and Technical Services. Company�s socioeconomic status. Ownership, affiliate information (as applicable) including parent company, joint venture partners, potential teaming partners, prime contractor (if potential subcontractor), or subcontractors (if potential prime). Interest as a prime or subcontractor. Company�s specific capabilities that are relevant to the requirements contemplated above. It is not sufficient to provide brochures or generic information. Capability statements must include the company�s specific areas of interest. Any contracts performed during the last five years for similar services. Please describe the scope of the similar effort. For each contract, identify the contract number, agency or customer, period of performance, the company�s role, and contract or subcontract value. Scheduling process to define mission support windows. List of assets available to support this effort. Assets potentially include, but not limited to, planes, helicopters, ships, boats, and rescue forces personnel. Identify if assets are contractor owned or secured via partnerships or other agreements. Recommended contract type, customary terms and conditions, and other pertinent information that may assist NASA with establishing cost-savings measures as part of its approach for the potential acquisition. Any published price lists, or estimated costs for the same or similar services per mission. Identify the Rough Order of Magnitude (ROM) costs per mission. Identify any cost drivers related to these types of services. Pricing information will be used for market research purposes only. Please advise if the service is considered a commercial or commercial-type service. A commercial service is defined in FAR 2.101. All responses shall be submitted electronically via email to Ricardo Santos-Concepcion, ricardo.santos-concepcion@nasa.gov and Joshua Klein, joshua.m.klein@nasa.gov no later than May 23, 2025, at 5:00pm Eastern Time. Please reference 80KSC025ZLS001L/Astronaut Crew Rescue Services in any response. Additionally, NASA CCP contemplates one-on-one meetings with industry following receipt of capability statements. The purpose of the one-on-one meeting is to provide respondents an opportunity to elaborate on any capabilities expressed in their respective capability statements to enhance NASA�s understanding of industry capabilities and feedback. Meetings will take place via teleconference or face-to-face and will not exceed one hour in length. Respondents interested in one-on-one meetings are requested to provide in their response the names, company affiliation, and titles of those who will attend. Meetings are anticipated to take place within 30 days after the closing date of this announcement. 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. NASA intends to publicize a listing of respondents to facilitate teaming arrangements. Should your firm desire not to be included in this listing, clearly indicate this desire in your response.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/502aef8762c44da587b57aad2dd595a4/view)
- Place of Performance
- Address: Orlando, FL 32899, USA
- Zip Code: 32899
- Country: USA
- Zip Code: 32899
- Record
- SN07419417-F 20250425/250423230055 (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 |