Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 6, 2000 PSA #2721
SOLICITATIONS

18 -- SPACE SHUTTLE ORBITER -- ELECTRIC AUXILIARY POWER UNIT (EAPU) SUBSYSTEM PROJECT

Notice Date
November 2, 2000
Contracting Office
United Space Alliance(USA), 600 Gemini Avenue, Houston, Texas 77058
ZIP Code
77058
Solicitation Number
TBD
Response Due
November 22, 2000
Point of Contact
Alan F. Fuller -- (281) 282-3303
E-Mail Address
Contact POC via e-mail (alan.m.fuller@usahq.unitedspacealliance.com)
Description
Purpose of this Request for Information (RFI): United Space Alliance (USA), LLC, a joint venture company of The Boeing Company and Lockheed-Martin Corporation, through its offices located in Houston, Texas, anticipates the issuance of a Request for Proposal (RFP) on or about 1/15/01 for the acquisition of a Subsystem Contractor for the Space Shuttle Electric Auxiliary Power Unit (EAPU) project. This acquisition is in support of USA's prime contract NAS9-20000 -- Space Flight Operations Contract (SFOC) with the NASA Lyndon B. Johnson Space Center (JSC) located in Houston, Texas. Program Description: The Space Shuttle Orbiter EAPU project is a high priority upgrade to improve safety, reliability, and operability by replacing the existing hydrazine-fueled, high-speed turbine Auxiliary Power Unit (APU) with an electric motor and power supply. All performance requirements of the current APU will be met by the EAPU. In addition, the EAPU will have greater redundant capability than the existing APU, and provide increased hydraulic flow capability. The upgrade will eliminate the toxic and hazardous potential of hydrazine on the ground and in space as well as the potential safety hazards associated with the high-speed turbines. Each EAPU subsystem is comprised of a battery, 270 VDC electrical power distribution and control (EPD&C) hardware, electro-hydraulic drive unit (EHDU), and it's associated cooling hardware. The EAPU project includes design, development, certification, and delivery of hardware for four Orbiters and the initial lay-in of spares. The total quantity of EAPU subsystems includes 12 flight units, 3 spares, 3 development units, and 5 qualification units. The first set of flight hardware is to be delivered in late 2003 in order to support completion of implementation into the Orbiter fleet by 2005. Procurement Strategy: USA is responsible for overall program management and integration of the EAPU upgrade. USA will solicit the participation of contractors in order to select a subsystem contractor for the EAPU. Offerors desiring to participate on a limited basis will also be considered. USA reserves the right to issue a sole source contract(s). The responsibilities of the EAPU Subsystem Contractor will include subsystem design, battery design and integration, EAPU certification, EAPU subsystem integration, and support during EAPU vehicle integration. The period of performance for the subsystem contractor is the entire implementation phase (Phase IV) of the project, anticipated to be from 5/15/01 through first flight of the last modified vehicle. System definition and technology selection will be completed during Phase III. Pre-solicitation: This RFI is for information and planning purposes. The objective of this RFI is: (1) To invite potential offerors to submit information that allows USA to conduct a technical assessment of offerors; (2) To promote competition and teaming. USA will make available all pertinent EAPU information, including requirements and specification documents. Firms interested in obtaining hard copies of any documents must submit a request, in writing, to: United Space Alliance, LLC (USA), 600 Gemini Avenue, Houston, Texas 77058, Attention: Alan Fuller, Mail Code USH-801M. This preliminary information does not constitute an RFP, Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by USA to enter into a contract. This procurement is subject to review or cancellation at any time. USA Assessment of Potential Offerors: USA invites potential offerors to submit information that will allow USA to conduct an assessment of all offerors. It is the intent of USA to conduct meetings with offerors to further discuss their capabilities and qualifications. These meetings will allow for the free-flow exchange of information and will provide an opportunity for interested firms to provide feedback on the Statement of Work (SOW) and other EAPU documents as they are developed. In order for your firm to be evaluated, offerors are required to submit a Statement of Capabilities and Qualifications described further below. Offerors interested in this procurement shall submit a Statement of Capabilities and Qualifications to the above named individual and address no later than 15 working days after release of this RFI. Failure to respond by this date will remove your firm from further consideration. The Statement of Capabilities and Qualifications shall be no more than fifteen (15) pages (8.5" x 11") in length. The required information shall include, but not be limited to: (1) A brief description of your company, including its size, major products, and primary customer focus; (2) A discussion of your company's past experience and performance in developing spacecraft subsystems similar in nature to the EAPU. This experience will be identified by a listing of all related contracts and subcontracts, along with a description of your company's performance under these contracts and subcontracts. If any of these contracts and subcontracts are Government related, provide the Contracting Officer's name and telephone number in order for USA to validate your statements; and (3) A brief description of your company's facilities, assets and other resources necessary, and its availability for implementing the EAPU. USA will evaluate the Statement of Capabilities and Qualifications by considering the following criteria. To be considered as a viable competitor, your company must meet all three (3) criteria: (1) Depth and relevance of experience and past performance history, which convey a demonstrated technical, cost, schedule ability to successfully perform the subsystem development; (2) An understanding of the technical requirements and risks associated with development and fabrication of these types of subsystems; and (3) The adequacy and availability of necessary facilities and resources for implementing and performing the contractual work. Characteristics of the individual subcontractors or subcontractor of interest to USA are: ISO certification; Past performance on Orbiter projects; Systems engineering and integration capabilities; An established and verifiable flight safety program; An established and verifiable quality program; An established manufacturing/assembly capability; Testing, qualification, and certification capabilities for space hardware; A documented performance history of space hardware and space related products/services; Established and verifiable system configuration management and change control systems; Identification of customer points of contact to verify performance; and Auditable financial systems that meet the intent of government cost and schedule control or earned value reporting. Upon completion of USA's assessments of the submitted Statement of Capabilities and Qualifications, USA will advise each offeror, in writing, as to the results of the assessment and of your company's status as a viable competitor under this acquisition. USA reserves the right to request supplemental information in order to clarify your company's capabilities and qualifications. Only offerors deemed by the buyer to be best qualified, or have a reasonable chance for award, will receive the RFP. Bidders' Conference: For companies identified as viable competitors, a Bidders' Conference is scheduled for 1/19/01 at the USA facility located at 1150 Gemini Avenue, Houston, Texas 77058. The Bidders' Conference does not in any way constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation and is not to be construed as a commitment by USA to enter into a subcontract. The EAPU acquisition is subject to review by NASA and USA and may be cancelled at any time. Acquisition Schedule: USA anticipates the formal RFP to be released on or about 1/15/01, with proposals due within 60 days, and the subsequent selected vendor announced approximately 60 days later. It is the responsibility of potential offerors to monitor the CBD and/or NASA Acquisition Internet Service (NAIS) and the identified USA web site for all formal announcements and amendments. USA anticipates adopting the schedule described below for this procurement: Draft RFP -- 12/22/00; RFP Release -- 1/15/01; Bidders' Conference -- 1/19/01; Intent to Bid -- 1/26/01; Proposals Due -- 3/16/01; Source Selection -- 4/16/01; and Announcement -- 5/15/01. Firms interested in participating in this project are subject to the requirements of the U.S. Department of State International Traffic and Arms Regulation (ITAR) and/or the U.S. Department of Commerce Export Administration Regulations (EAR). Questions regarding this RFI can be addressed to Alan Fuller or the Buyer Technical Representative, Gary M. Olsen, may also be contacted at 281-282-3272 for additional technical questions.
Record
Loren Data Corp. 20001106/18SOL001.HTM (W-307 SN5057R4)

18 - Space Vehicles Index  |  Issue Index |
Created on November 2, 2000 by Loren Data Corp. -- info@ld.com