SOURCES SOUGHT
V -- Launch Service for the Double Asteroid Redirection Test (DART) Mission
- Notice Date
- 9/25/2017
- Notice Type
- Sources Sought
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- NASA/John F. Kennedy Space Center, John F. Kennedy Space Center, Florida, 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK17ZLS003L
- Archive Date
- 10/26/2017
- Point of Contact
- Mike Janosz, Phone: (321) 861-7155
- E-Mail Address
-
michael.r.janosz@nasa.gov
(michael.r.janosz@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- Summary: The National Aeronautics and Space Administration (NASA) Kennedy Space Center (KSC) is seeking information to support the identification of potential sources to provide a launch service in support of NASA's Double Asteroid Redirection Test (DART) Mission. The DART mission has entered Phase B, and is preparing for Mission Preliminary Design Review (PDR) in February 2018. Launch service providers or brokers having a launch service capability and ability to meet or exceed all aspects of the effort described herein are requested to submit a capabilities statement package demonstrating the ability to perform the launch service with a common launch vehicle configuration consistent with the requirements listed below. Overview: The DART launch service will include the ground support facilities and equipment, hardware and software, and all launch services required to integrate the payload to the launch vehicle and deliver the Spacecraft (SC) to its required orbit to include but not be limited to: program management, mission integration, launch site support, ground and flight system safety, performance assurance, processing, encapsulation, launch operations, and trajectory verification. The Government will not take title to any launch vehicle hardware. The launch service provider (which in this case could be a third party who has previously purchased the launch vehicle(s), herein referred to as "broker", and is selling any excess capacity for secondary payloads) shall own all excess capacity not occupied by the DART spacecraft. As a secondary payload, it is understood that the DART mission will not have primary priority, and that the DART mission will have flexibility for launch within a given launch period (refer to Section G.) Potential offerors shall be domestic launch service providers pursuant to Section 201 of Public Law 105-303 Commercial Space Act of 1998. Domestic launch service providers having a demonstrated capability to meet or exceed the stated requirements are invited to submit capability packages, appropriate documentation and references. Potential offerors shall be ISO 9001/2008 and/or AS9100C certified by a registrar accredited by either the International Registrar of Certified Auditors (IRCA) or the Registrar Accreditation Board (RAB). Potential offerors shall comply with this requirement by demonstrating that the corporation(s), corporate division(s), subsidiary(ies), joint venture(s), partner(s), and/or any other business entity actually performing launch vehicle manufacture, payload/launch vehicle integration, testing, and launch activities is/are ISO 9001/2008 and/or AS9100C certified. This sources sought is a market research tool and will be used to determine capable current and potentially capable future launch service providers prior to determining the method of acquisition and issuance of a Request For Proposal. All interested parties are encouraged to respond. DART Specific Launch Service Requirements: A. Rideshare, Broker, Brokerage, or a Dedicated Launch Vehicle Service: The offeror shall identify the type of launch service offered (i.e., rideshare, brokerage, dedicated vehicle, etc.). B. Commercial Procurement Contract: The launch service provider shall assume for the purposes of responding to this sources sought that a commercial fixed-price contract for the launch service as described herein will be the most preferred contract type and they should identify their assumption as such in the response. C. Contracting Office: The launch service provider shall assume for the purposes of this sources sought that the commercial procurement shall be let directly by The Johns Hopkins University, Applied Physics Laboratory (APL), NASA's prime contractor partner for the DART Mission. Potential offerors should be advised that NASA's Launch Services Program (LSP) will employ a tailored technical oversight and advisory service to APL for their compliance of NPD 8610.23 Launch Vehicle Technical Oversight Policy and NPD 8610.7 Launch Services Risk Mitigation Policy for NASA-Owned and/or NASA-Sponsored Payloads/Missions. D. Launch Vehicle Performance: The launch vehicle shall be able to deliver a minimum of 700 kg spacecraft (SC) separated (wet) mass to a GTO orbit, or any other orbit with a higher energy, from any United States domestic launch site. E. Eclipse Avoidance: Ideally, the DART spacecraft would not be launched directly into an orbit with eclipse at apogee. The launch service provider shall address the likelihood of this occurrence. F. DART SC Volume: The launch service provider shall identify the fairing physical dimensions offered and ensure the DART spacecraft volume of 60 x 60 x 85 inches in height can be accommodated. G. Launch Period: The launch service provider shall demonstrate the capability to launch the DART spacecraft during the following launch period: December 21, 2020 through May 20, 2021. H. Launch Vehicle Separating Interface: The launch service provider shall provide a separating interface compatible with the DART Spacecraft design. The current DART design accommodates a nominal 24 inch diameter clamp-band type interface and 2 (two) separating electrical T0 connectors. I. Contamination: The DART Spacecraft mission requirements are not stringent, and the offeror is expected to respond with a description of their standard contamination services. J. Coupled Loads Analysis: The launch service provider shall assume they will perform a Preliminary and Final coupled loads analysis cycle with a DART-provided Finite Element Model. K. DART GN2 Purge: The launch service provider should assume they will provide a T0 Gaseous Nitrogen (GN2), low flow rate purge capability to the DART spacecraft. L. Trajectory Cycles: The launch service provider shall assume they will perform 2 (two) trajectory analysis cycles. M. Payload Processing/Integration Facility: The launch service provider shall offer the use of a payload processing facility, or an environmentally controlled "Class 100K, clean room" type work area, dedicated to no more than a total of 60 (sixty) calendar days of dedicated DART Spacecraft launch site preparation and check out activities. The provider shall assume this includes a facility capability required to support up to 14 calendar days out of the 60 calendar days total of Hazardous Spacecraft Fueling operations. Internet, communications, data, and phone connectivity and provisions for several DART office staff shall be provided. The dedicated work space shall also accommodate the integration of DART into launch vehicle tooling in preparation for transportation to the launch pad and subsequent mating with the launch vehicle. N. Mission Integration and Management Support: The launch service provider shall assume they will act as the Mission Management organization responsible for integrating the payload (dedicated LV) or payloads (payloads for a rideshare) into the launch vehicle system and interfacing with the range. O. Space Flight Experience: The launch service provider shall demonstrate they will have at least a single successful flight by September 2020 of a common launch vehicle. A "Common Launch Vehicle" configuration is defined as a unique combination of core propulsive stages, excluding strap-on rocket motors and stages utilized explicitly for orbit escape or trim. If the common launch vehicle configuration has not yet had a successful flight, provide details of when that first flight is planned to occur. Note: Special payload mission unique accommodations such as adaptors, dispensers, separation systems, etc. are not considered as part of the "Common Launch Vehicle" configuration definition. P. Cost Rough Order of Magnitude (ROM): The launch service provider shall propose a ROM cost and indicate what services and/or mission requirements noted in this section are included or not in the cost ROM. The ROM shall separately price the payload processing requirements mentioned in paragraph M above. Sources Sought Response Package: The respondents are requested to submit the following information as part of their sources sought response: 1. Cover Letter- The cover letter provided with your submission shall include the following information: Company name and address, company business size and business status (Large, Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI)), point-of-contact name, phone number, email address, and DUNS number. 2. Capabilities Statement- The capabilities statement package shall address, at a minimum, the DART launch service requirements noted above and any other applicable capabilities offered as well as any additional constraints the launch accommodation may impose upon the DART Spacecraft. Note: The offeror should be prepared to support a potential follow up discussion or presentation after delivery of the response. Sources Sought Response Delivery: Electronic responses to this sources sought are due by 4 pm Eastern Daylight Savings time on October 25, 2017. Responses are limited to five (5) pages. Acceptable formats include MS Word or.pdf. Font should be Times New Roman, minimum size 12. Responses to this sources sought should cite Reference #NNK17ZLS003L and be directed to: Michael R. Janosz Contracting Officer E-mail: michael.r.janosz@nasa.gov Disclaimers: The requested responses are for information and planning purposes only. NASA does not intend to post information or questions received to any website or public access location. Feedback to this sources sought may be utilized in formulating an acquisition strategy and associated documentation. NASA reserves the right to share information received in response to this sources sought throughout NASA and The Johns Hopkins University, APL. Competition sensitive data should be clearly marked. No solicitation exists; therefore, do not request a copy of the solicitation. This sources sought does not constitute a Request for Proposal, Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract. Moreover, the Government will not pay for the information submitted in response to this sources sought, nor will the Government reimburse a potential offeror for any costs incurred to prepare responses to this request.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK17ZLS003L/listing.html)
- Record
- SN04692578-W 20170927/170925231336-b2c12ddc02449d2b1464585c556cb200 (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 |