SPECIAL NOTICE
V -- SDA Tranche 0
- Notice Date
- 5/20/2020 3:23:47 PM
- Notice Type
- Special Notice
- NAICS
- 481212
— Nonscheduled Chartered Freight Air Transportation
- Contracting Office
- FA8818 HQ SMC PK SDK/PKT/ADK KIRTLAND AFB NM 87117-0001 USA
- ZIP Code
- 87117-0001
- Response Due
- 6/5/2020 12:00:00 AM
- Archive Date
- 06/20/2020
- Point of Contact
- Lucia A Corral (PCO, SMC/PKT), Phone: 505-853-5873, LtCol Rich Kniseley (Mission Integration Branch, SMC/ECLM), Phone: 310-633-3090
- E-Mail Address
-
lucia.corral@us.af.mil, richard.kniseley@us.af.mil
(lucia.corral@us.af.mil, richard.kniseley@us.af.mil)
- Description
- This Request for Information (RFI) serves to provide Space Development Agency (SDA) Tranche 0 draft mission requirements in order to obtain industry feedback from prospective launch service providers that will allow the Government to prepare for official release of a solicitation.� The Air Force Space and Missile Systems Center (SMC), Launch Systems Enterprise (ECL), Kirtland AFB, Albuquerque, NM is interested in obtaining industry feedback on the potential SDA Tranche 0 launch service.� SDA is responsible for orchestrating the Department's future threat-driven space architecture and accelerating the development and fielding of new military space capabilities necessary to ensure our technological and military advantage in space for national defense. To achieve this mission, SDA will unify and integrate next-generation space capabilities to deliver the National Defense Space Architecture (NDSA), a resilient military sensing and data transport capability via a proliferated space architecture primarily in Low Earth Orbit (LEO).� Tranche 0, or the warfighter immersion tranche, will be delivered as early as Fiscal Year (FY) 2022 and consists of tens of Transport and Tracking layer satellites providing periodic, regional sensing and data transport capabilities, including the capability to detect hypersonic glide vehicles and to disseminate time-sensitive targeting solutions over tactical data links. The USSF is seeking to understand potential launch solutions for this complex mission. The SDA Tranche 0 Space Vehicle (SV) manifest will consist of up to 30 large spacecraft of 4 different types to a 1,000 km high/polar inclination.� The SDA Tranche 0 SV manifest will be divided into two planes of 15 spacecraft each, with the planes separated by approximately 20 degrees RAAN.� Each plane of 15 spacecraft will consist of 7 Type A SV�s of 400-600 kg each; 3 Type B SV�s of 400-600 kg each; 4 Type C SV�s of 400-600 kg each; and 1 Type D spacecraft of up to 1,200 kg.� The Government will consider either dedicated or primary launch services.� The Launch Service Contractor (LSC) will provide all required integration and separation hardware and perform all required payload integration and launch operations. The USSF and SDA will utilize this data to determine the appropriate launch procurement approach or combination of launch solution procurements for this mission.� The Government may end up procuring the SDA Tranche 0 missions on the NSSL Phase 2 Launch Services Procurement contracts, on the OSP-4 contract, or some combination of the two. Initial award of the SDA Tranche 0 mission is anticipated 1st quarter FY2021. All satellites are expected to require launch within 30 days of each other in September 2022. Information Items Requested:� 1. Please provide a general description of the launch service you would propose � dedicated vs primary launch service, launch vehicle type, number of launches/missions, and a general description of the integration hardware required to launch the full manifest. NSSL Phase 2 offerors: please provide a recommendation for launch vehicle configuration to meet mission requirements. 2. All non-NSSL Phase 2 offerors: please provide a ROM estimate of your anticipated proposed price for the launch service as described in your response to (1) above.� Assume OSP-4 contract terms and conditions, with a Cat 1 mission assurance approach, and ROM inclusive of both the Launch Service CLIN 0001 and Mission Assurance Support CLIN 0003.� 3.� Please identify a primary and secondary company POC that can provide clarification to comments and responses if necessary. Answers to the above Information Items are requested to ensure issuance of a quality solicitation for the SDA Tranche 0 task order, and to inform government risk assessments.� Response to these items is strictly voluntary and non-binding.� Failure to respond to any/all of the above questions does not affect eligibility to respond to any future solicitation, nor will it affect the evaluation of proposals received in any way.� The information provided will not be considered in any contract award evaluation process.� Your assistance in informing the government�s risk assessment and budget development process is greatly appreciated.� SMC/ECL encourages small and disadvantaged businesses to respond to this RFI. All launch service providers are welcome to respond to this RFI, even if not currently on contract with the USSF. The North American Industry Classification System (NAICS) code for this effort is 481212. The small business size standard is 1500 employees Submit all inquiries and responses to Ms. Lucia Corral at lucia.corral@us.af.mil.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a63aa538dfba449f93315a9d3b9bac87/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05663788-F 20200522/200520230153 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |