Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 25, 2018 FBO #6180
SOURCES SOUGHT

V -- Gateway Logistics Services

Notice Date
10/23/2018
 
Notice Type
Sources Sought
 
NAICS
481212 — Nonscheduled Chartered Freight Air Transportation
 
Contracting Office
NASA/John F. Kennedy Space Center, John F. Kennedy Space Center, Florida, 32899, United States
 
ZIP Code
32899
 
Solicitation Number
80KSC0190002
 
Point of Contact
Scott Syring, Phone: 3218675024
 
E-Mail Address
scott.g.syring@nasa.gov
(scott.g.syring@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
1. PROJECT INTRODUCTION Working with U.S. industry and international partners, the National Aeronautics and Space Administration (NASA) is leading the development of the first permanent cislunar outpost, known as the Gateway. The outpost will provide a platform to conduct long-term deep space operations, capability demonstrations to enable future exploration, and meaningful science on and around the Moon. The Gateway's core functions will include power and propulsion, communications, periodic crew habitation, robotics, an airlock, and logistics resupply capabilities. The logistics resupply capabilities are being procured by Kennedy Space Center (KSC) and will be the means by which services are provided for transporting cargo, equipment and consumables to and from the Gateway. Accordingly, KSC is hereby seeking information from interested parties to determine industry capabilities and to assist the Government in refining the acquisition strategy and requirements for providing Gateway Logistics Services via a Logistics Module. It is anticipated that the acquisition will draw on commercial space cargo servicing capabilities and launch vehicle services currently available in the market and under development. This SSN is only open to responses from U.S. companies. This upcoming procurement from NASA is for U.S. domestic provided logistics module services only. NASA is anticipating future international Gateway partners to contribute logistic services as well, with details to be worked out at a later date. 2. GATEWAY LOGISTICS MODULE CAPABILITIES The Logistics Module must deliver pressurized and/or unpressurized cargo to the Lunar Gateway located in a Near Rectilinear Halo Orbit (NRHO) beginning no earlier than 2024 (dependent on development and/or launch of other Gateway modules). It is expected that the initial requirement will be for three missions, with a single mission expected to deliver up to 5 metric tons of pressurized cargo and 2.6 metric tons of unpressurized cargo. The first Logistics Module may be required to transport a Robotic Arm as unpressurized cargo. The Logistics Module must include guidance and navigation, power generation, and propulsion to enable autonomous docking to a port on the Utilization Module or Habitat Modules via an International Docking System Standard (IDSS) compliant docking port. Once docked, the module will be used by crew primarily for stowage volume, trash stowage, and trash disposal. In addition, the module will depart the Gateway and perform self-disposal without assistance after a period of no more than three years of cislunar space operations. It is anticipated that the first two logistics missions will launch the Logistics Module using commercial launch vehicles, but after Gateway assembly, the Space Launch System (SLS) may be available for co-manifested logistics delivery. The North American Industry Classification System (NAICS) code for this procurement is 481212, Nonscheduled Chartered Freight Air Transportation, with a size standard of 1,500 employees. 3. RESPONSE INSTRUCTIONS Interested companies having the required specialized capabilities to meet the above functions should submit a capability statement of 10 pages or less describing their ability to provide the service described herein. In addition, NASA is seeking capabilities from all categories of Small Businesses and Historically Black Colleges and Universities (HBCUs)/Minority Serving Institutions (MSIs) for the purpose of determining the appropriate level of competition and/or Small Business and HBCU/MSI subcontracting goals for this requirement. It is not sufficient to provide only general brochures or generic information. Responses must include the following: 1) Company name, address 2) DUNS number and Cage Code 3) Number of employees 4) Number of years in business 5) Business size and category (Large, Small, Small Disadvantaged, 8(a), Woman-owned Small Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, Historically Underutilized Business Zone and HBCU/MSI) 6) Affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime) 7) List of relevant work performed during the last five years to include contract numbers, if your firm was the prime or subcontractor, contract type, and dollar value of each contract or subcontract 8) Description of current capabilities and capabilities under development, to provide Gateway Logistics Services via a Logistics Module to include the commercial launch services. In addition to the information above, responses should address the following: 1) Describe preference between an acquisition using contract by negotiations procedures (Federal Acquisition Regulation (FAR) Part 15), commercial acquisition procedures (FAR Part 12) and one conducted via a broad agency announcement (BAA) (FAR Part 35) [i.e., Commercial Resupply Services-2 commercial approach versus the Gateway Power Propulsion Element BAA approach]. 2) Describe the effect on pricing if more than one contract is awarded. How many logistic missions are needed on contract to meet anticipated business case? 3) Should the Gateway Logistics Services be split into two separate acquisitions, one for the Logistics Module and one for the launch services? Why or why not? 4) Identify significant technical and cost drivers associated with providing the logistic service (e.g. target launch date, interoperability standards, human rating requirements, NASA standards, etc.). Are there any commercial approaches which may mitigate these concerns while maintaining the requisite level of Gateway safety? 5) Summarize the cost, schedule, and technical challenges associated with the Logistics Module performing functions in support of the other Gateway elements (e.g., providing and/or receiving power, attitude control, orbital adjustment, communications, environmental control/life support, etc.). 6) Are there any impacts in requiring an ability to manifest on multiple launch vehicles to include a co-manifested configuration on SLS? 4. GENERAL INFORMATION This SSN is for information and planning purposes only and shall not be considered as a commitment by the Government to acquire any products or services nor will the Government pay for information solicited. Respondents are solely responsible for all expenses associated with responding to this SSN. All information identified herein is tentative and will be finalized prior to the release of any solicitation for proposals. In accordance with FAR 15.201(e), responses to this SSN are not offers and cannot be accepted by NASA to form a binding contract. NASA intends to evaluate all data received and Responders may be contacted with follow-up questions on an as needed basis. Please note, NASA as well as support contractors and/or their sub-contractors working on behalf of the Government may be reviewing the information. NASA may utilize the information provided in developing its acquisition strategy. Responses should not include proprietary or confidential information; however, if proprietary data is included in a reply, it is to be marked as such. Responses to this SSN will not be returned, and respondents will not be notified of the results of the review. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps. It is the potential Offeror's responsibility to monitor that site for the release of any solicitation or synopsis. Public Law 105-303, 51 U.S.C 50131, et. seq., states that the Federal Government shall acquire space transportation services from United States commercial providers whenever such services are required in the course of its activities. Accordingly, it is anticipated that this procurement will consider domestic sources only. All responses shall be submitted as a single PDF file via email to Scott Syring (scott.g.syring@nasa.gov) no later than November 2, 2018 at 5:00 pm eastern time. The email subject line should be in the following format: Company Name - Gateway Logistics Services Sources Sought. 5. TELECONFERENCE NASA will hold a teleconference on Thursday, October 25, 2018 from 3:00 - 4:00 pm eastern time to discuss the Gateway Logistics Services requirements. To participate in the teleconference, interested parties shall e-mail the Contracting Officer with the name and title of attendees no later than 12:00 pm on October 25, 2018 to receive dial-in instructions. In addition, interested parties may submit questions to the contracting officer in advance of the teleconference. The Government may address some questions verbally during the conference; however, all questions and written responses will be posted to FedBizOpps. If a difference exists between verbal and written responses to questions, the written responses shall take precedence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/80KSC0190002/listing.html)
 
Place of Performance
Address: United States
 
Record
SN05132473-W 20181025/181023230654-ecd6a1e57e71e38bbcd2b7b4ade5436f (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.