SOLICITATION NOTICE
A -- Spacecraft/Payload Integration & Evolution (SPIE) Payload Separation System (PSS)-RFI - Spacecraft/Payload Integration & Evolution (SPIE) Payload Separation System (PSS)-RFI
- Notice Date
- 3/21/2018
- Notice Type
- Presolicitation
- NAICS
- 927110
— Space Research and Technology
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Office of Procurement, Marshall Space Flight Center, Alabama, 35812, United States
- ZIP Code
- 35812
- Solicitation Number
- NNM18ZXP005L
- Archive Date
- 5/5/2018
- Point of Contact
- LaBreesha B. Batey, Phone: 2565446085, Joseph M. McCollister, Phone: 2565443586
- E-Mail Address
-
labreesha.b.batey@nasa.gov, joseph.m.mccollister@nasa.gov
(labreesha.b.batey@nasa.gov, joseph.m.mccollister@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- Spacecraft/Payload Integration & Evolution (SPIE) Payload Separation System (PSS)- Request For Information (RFI) Introduction The National Aeronautics and Space Administration (NASA) is seeking information through this Request for Information (RFI) for the development of a Payload Separation System (PSS) and Payload Interface Adapter (PIA) for primary and co-manifested payloads on the Space Launch System (SLS). This RFI focuses on Payload Separation Systems of various sizes and capacities needed for Block 1B configurations to allow for deployment of the payload from the Payload Adapter (PLA), and is open to responses from all commercial entities. Responses to this RFI are intended to provide input for an examination into the technology development, design, qualification, and manufacture of separation systems that meet the needs of the SLS Program. The key metrics of interest to NASA for these concepts are affordability (for Design, Development, Test, Evaluation, and Production), reliability, and performance (i.e., mass). Human rating of hardware will be required for systems flown with the Orion configuration. The intent is to understand capabilities, Technology Readiness Levels (TRLs), environmental constraints, and operational characteristics of available PSS-type systems. NASA is interested in a first launch of the PSS with the SLS Program as early as 2022, with follow-on flights at a rate of approximately one per year. Industry response to this RFI is requested within the context of the requirements and general approach described in the following sections. Background The first launch vehicle being designed, developed, and built as part of the NASA SLS Program is designated as the Block 1 configuration. A follow-on vehicle with increased lift capability, designated as Block 1B, is also being developed. For this upgraded configuration, the vehicle core stage, core stage engines, and boosters remain unchanged, but the Block 1B vehicle will replace the Interim Cryogenic Propulsion Stage (ICPS) with a more powerful upper stage called the Exploration Upper Stage (EUS) to deliver heavier payloads beyond low Earth orbit. Block 1B includes two configurations that will require unique payload separation systems, as shown in Figures 1 and 2: 1. Orion spacecraft with a Co-Manifested Payload. A PLA is currently under development which will connect the EUS to a separable Universal Stage Adapter (USA) that provides a structural interface between the EUS and Orion. The PLA will enable the vehicle to carry a co-manifested payload with a required capability of 10 metric tons inside the USA, between the EUS and Orion. 2. Cargo-Only Primary Payload. This configuration will utilize a PLA with a required payload capability of 40 metric tons. A cargo fairing takes the place of Orion and the USA. Multiple versions of the PLA with different upper diameters, mass constraints, and load capabilities may be required. As shown in Figure 3, the PLA is composed of a Payload Attach Fitting (PAF) and a PSS. Payload Separation Systems of various sizes and capacities will be needed for both Block 1B configurations to allow for deployment of the payload from the PLA. PSS Description The PSS should be a mass-efficient separating interface between the PAF and the payload which accommodates Co-manifested and Primary Payloads. The PSS should be designed, developed, built, and certified for flight consistent with NASA design, construction, workmanship, and qualification standards and with other technical and programmatic requirements associated with human rating considerations, including configuration management, reliability analysis, and safety assessment processes. Existing systems with proven flight pedigree that have not been designed to NASA standards are suitable if rationale is provided demonstrating how they meet equivalent standards, or an assessment is furnished of what impacts would be required to become compliant. Affordability approaches to minimize the development cost to NASA and deliver cost-efficient production and operations are requested. Requested Response Topics The specific objective of this RFI is to solicit information that may potentially enhance NASA's planned approach for PSS procurement and assist in formulating the acquisition strategy. Responses are requested for the following areas: 1. Information on separation systems with payload interface diameters between 1500 and 4500 mm. Of specific interest are low shock (<1000 g's), cost effective existing designs with proven flight heritage capable of between 6 and 10 metric tons. Push-off systems, preferably internally integrated, should be included. Potential interface diameters being considered include 1575, 2624, and 4394 mm, but NASA is open to other sizes within the 1500 - 5000 mm range. Information on the load and environmental capabilities of available separation systems is sought to assist with evaluation of options for the SLS separation systems. 2. Concepts for separation/push-off systems with up to 40 metric ton capacity, including load and environmental capabilities. 3. Concepts for a mass efficient non-separating PIA structure that would allow a 1575 mm separation system to be used with a 2624 mm payload adapter interface, as shown in Figure 4. For all areas, responders are requested to assess the compatibility of their designs and processes with applicable NASA requirements listed in Table 1, including factors of safety, and suggest an approach for dealing with differences between their design and construction standards, and those in Table 1. Responses are requested for, but not limited to, any of the following topics: • Configuration, technology assessment, conceptual design, and capabilities; see Table 2 for specific data requested • Overview of corporate capabilities and flight history that support the development of separation system concepts and related structures • Suggested rough order-of-magnitude (ROM) acquisition Engineering Cost Estimate (ECE) including top-level schedule and required funding profiles by fiscal year for two cost categories: Design, Development, Test, and Evaluation (DDT&E) and recurring Production and Operations (P&O). DDT&E and P&O costs are requested to be shown separately, not as one cost. • Proposed long-term affordability considerations that include minimizing variable production costs • Suggestions for potential cost sharing opportunities between industry and the Government • Specific NASA or Industry Standard modifications, tailoring, or alternative approaches that your organization recommends for NASA to meet our key metrics of affordability and performance If a respondent wishes to provide a broader input beyond the topics described below or beyond the technical scope of the hardware described above, then it is requested that such alternate responses be submitted separately. However, if a respondent includes an alternate approach than that described above, the respondent shall identify which, if any, of the constraints above could not be met or would need to be revised to accommodate the alternate approach. The respondent should also identify the cost implications, both impacts and savings, associated with the suggested changes. Response Instructions The information obtained will be used by NASA for planning and acquisition strategy development and will be used on a non-attribution basis. Providing data/information that is limited or restricted for use by NASA for that purpose would be of very little value and such restricted/limited data/information is not solicited. The information provided in responses to this RFI will not be made public. NASA does not plan to respond to the individual responses. This RFI is being used to obtain information for planning purposes only, and the Government does not presently intend to award a contract. The Government is under no obligation to issue a solicitation or to award any contract on the basis of this RFI. As stipulated in Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. This RFI is subject to FAR 52.215-3, Request for Information or Solicitation for Planning Purposes. Respondents are solely responsible for all expenses associated with responding to this RFI. Responses to this RFI will not be returned, and respondents will not be notified of the result of any assessment. Oral communications are not acceptable in response to this notice. Any responses to this RFI that contain export controlled information should be properly marked as such. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this RFI can be found at https://prod.nais.nasa.gov/pub/pub_library/Omb.html. For the purposes of this RFI, an ECE is defined as an estimate with line item breakout and rates that provides a financial estimate by fiscal year, to be reported in FY18 dollars. Sketches have been provided in this RFI for clarification purposes, but are not intended to limit design space. All diagrams are notional mission concepts and subject to change. In addition to whatever information the responder chooses to provide, each RFI response shall include a cover sheet with the following information: 1. RFI Number and Title 2. Responding Organization (including address, POC and phone number) 3. A brief synopsis of the RFI response in less than 20 words 4. Potential partnerships (industry, international, US government agencies) All responses, including capability statement and cover sheet, should not exceed 50 pages and shall be provided in MS Word document format, transmitted via email, and include the Reference Number: NNM18ZXP005L. Font shall be Times New Roman, size 12. Responses shall be submitted no later than April 20, 2018, to LaBreesha Batey, Contracting Officer, NASA/MSFC Office of Procurement, at labreesha.b.batey@nasa.gov and cc: Joseph McCollister at joseph.m.mccollister@nasa.gov. Upon receiving and reviewing responses to this RFI, NASA may choose to post a subsequent revision to this RFI to request further information from industry to support NASA's acquisition planning for the contemplated procurement. No solicitation for this requirement currently exists. However, if an amendment to this RFI or solicitation is released, it will by synopsized on FedBizOpps. It is the potential respondent's responsibility to monitor this site for the release of any amendments to this RFI or if released, future solicitation documents. Potential respondents will be responsible for downloading their own copy of this RFI, or if released, any future solicitation documents. Points of Contact Primary: NASA Marshall Space Flight Center PS41/LaBreesha Batey Contracting Officer Marshall Space Flight Center, AL 35812 Phone: 256-544-6085 Email: labreesha.b.batey@nasa.gov Secondary: NASA Marshall Space Flight Center PS41/Joseph McCollister Contracting Officer Marshall Space Flight Center, AL 35812 Phone: 256-544-3586 Email: joseph.m.mccollister@nasa.gov *See attached the full RFI document.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/24590ff5c432b45c488f338aa5836d17)
- Place of Performance
- Address: NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812, United States
- Zip Code: 35812
- Zip Code: 35812
- Record
- SN04862974-W 20180323/180321231748-24590ff5c432b45c488f338aa5836d17 (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 |