SPECIAL NOTICE
A -- Responsive Small Spacelift (RSS) Request for Information
- Notice Date
- 9/5/2007
- Notice Type
- Special Notice
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, CA, 90245-2808, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-07-51
- Response Due
- 10/5/2007
- Archive Date
- 10/20/2007
- Description
- Description: The Space and Missile Systems Center (SMC), Space Development and Test Wing (SDTW), Space Test Group (STG), Launch Test Squadron (LTS), commonly known as the Rocket Systems Launch Program (RSLP), is releasing this request for information (RFI) to assess the current commercial launch providers capability of meeting the requirements described here within. LTS is requesting companies to provide launch vehicle system information to determine readiness to on-ramp to the Responsive Small Spacelift (RSS) contract. If the capability does not currently exist, please let us know when the capability will exist. Based on the responses, LTS will be better prepared to make a determination on how and when to proceed with the RSS follow-on acquisition process. Please note that the requirements listed below are minimum RSS requirements and launch vehicle systems that can provide greater capability will be considered. Please address the following: 1. Is the launch vehicle system at a CDR level? a. If not, please describe where the vehicle design is at and when it will reach CDR level. 2. Have the motors completed a successful static fire? b. If not, please provide information on when and how this will be accomplished. 3. Address vehicle capability to LEO (or other orbits) that meet or exceed the contractual minimums of (these are minimums and if the vehicle has expected capability to MEO, HEO, GTO, or GEO, please provide estimated payload capability): a. Orbit A 1. Inclination: sun synchronous 2. Altitude: 400 nmi X 400 nmi 3. Throw weight: 500lbs minimum b. Orbit B 1. Inclination: 28.5 deg 2. Altitude: 100 nmi X 100 nmi 3. Throw weight: 1000lbs minimum 4. A description of the ability of the system to go from authority to proceed to initial launch capability within both 12 months and 15 months for Orbits A and B. Please address the following additional requests for information which are not RSS requirements: 5. Please describe the systems ability to manifest more than one spacecraft and what adapters or other hardware would be required. 6. Please describe what location(s) is the system planning to be launched from and what work has been accomplished to date to meet all range or FAA requirements. 7. While many of the requirements for launch timelines are still being defined at the Operationally Responsive Space office, we do know that there will be a requirement for rapid call up. Call up is defined as a point in which the launch vehicle arrives at some state of readiness and is within a certain amount of time to launch based on that point of readiness. Briefly describe the system?s ability to respond to short notice call ups and the type of infrastructure and personnel required to do so. Responses are unlimited in pages and can be presented electronically in Microsoft Word or Powerpoint, and hardcopy responses should be on standard size 8 ? X 11 inch paper. If a company would prefer to meet with the LTS instead of or in addition to the responses a two hour block of time will be made available. Contractors will have to travel to Kirtland AFB for such a meeting and the LTS will not reimburse any travel expenses. All replies to this RFI must refer to the reference number 07-51 above. Submit only unclassified information. All responses shall include company size status under NAICS code 541710 and a size standard of 500 employees applies. Submit all responses to this request to SMC SDTW/PKN, Attn: Michele Cleckner , 3548 Aberdeen Ave SE, Bldg 404, Kirtland AFB, NM 87117-5778. If you are interested only in subcontracting possibilities, please indicate this clearly in your submission. Responses from small business and small, disadvantaged business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, an 8(a) firm, a historically black college or university or a minority institution. This announcement is for information purposes only. It does not constitute an RFP and is not to be construed as a commitment by the Government. Questions pertaining to this announcement shall be directed to Ms Michele Cleckner, Contract Specialist, SMC SDTW/PKN at (505) 853-5376, email michele.cleckner@kirtland.af.mil, (fax (505) 853-2562). Any technical concerns shall be directed to Mr. Mitch Elson, SMC SDTG/LTS at (505) 846-5113, email mitchell.elson@kirtland.af.mil.
- Place of Performance
- Address: Contractor's facility.
- Zip Code: 87117
- Country: UNITED STATES
- Zip Code: 87117
- Record
- SN01395478-W 20070907/070905221311 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |