Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 13, 2023 SAM #7807
SPECIAL NOTICE

15 -- Multi Payload Host Satellite Request for Information (RFI) - TALON

Notice Date
4/11/2023 12:48:14 PM
 
Notice Type
Special Notice
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
FA8814 SPACE DEV TEST PLAN PKT LA EL SEGUNDO CA 90245-2808 USA
 
ZIP Code
90245-2808
 
Response Due
5/12/2023 4:30:00 PM
 
Point of Contact
Maj Adam Brunderman, Deputy Branch Chief, LDPE/ROOSTER, Phone: 310-653-9344, Capt Brendan Kennedy, ROOSTER Futures Lead, Phone: 310-653-9477
 
E-Mail Address
adam.brunderman.1@us.af.mil, brendan.kennedy.4@spaceforce.mil
(adam.brunderman.1@us.af.mil, brendan.kennedy.4@spaceforce.mil)
 
Description
SCOPE AND DEFINITIONS: Space Systems Command (SSC), Innovation & Prototyping Delta (SSC/SZI) is soliciting information about potential sources to contribute to a planned Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) Contract, the Talon Contract, to produce a satellite bus platform capable of hosting multiple payloads to support national security missions. Task Orders will be released on the contract to acquire vehicles for mission sets spanning across SSC and potentially other USSF or DoD partners. Each Task Order may have unique requirements and contract stipulations dependent on the needs of the funding organization. Missions can vary from experimental/prototyping to operational. These platforms will launch on National Security Space Launch (NSSL) missions. SSC/SZI seeks information on existing or planned platform designs, recommended acquisition structure, cost, schedule, and feasibility. Two types of payloads are expected to be manifested on the platforms furnished under the Talon Contract: 1) separable payloads, and 2) non-separable payloads.� The payloads intended for integration as well as any encryption devices (if needed) will be provided as Government Furnished Equipment (GFE). Separable payloads are integrated on a multi-mission host platform and are deployed days to months after launch. The size of the platform and the size of the port that the payload will be integrated on to will be Task Order dependent.� Non-separable payloads are integrated on the host platform and remain with it for the entire mission duration.�� The term �fully-integrated� is used to describe a platform with payloads mounted to available ports and fully tested at the system level. CAPABILITY REQUIREMENT: SSC/SZI seeks a flexible and modular propulsive host satellite platform that can accommodate multiple payloads (separable and hosted) in support of different mission sets primarily in a GEO Orbit. The capability to operate in other orbital regimes is also under consideration. The host platform will have a minimum operational design life of 1.5 years. These missions will be launched on NSSL missions as part of an Integrated Payload Stack (IPS) that is expected to include other spacecraft or payload adapters.� As part of the launch manifest, integrated vehicles must meet all launch safety requirements including coupled loads analysis, thermal analysis, and testing to actual or forecasted launch environments. The propulsive host platform shall at a minimum be capable of hosting six ESPA Class Payloads. Functional testing of the integrated propulsive host vehicle in a simulated space environment is also expected. Support for workarounds, such as testing with payload mass simulators, is expected to accommodate payloads that will not arrive until processing at the launch site. The propulsive host platform structure is intended for attachment and separation from the launch vehicle Payload Attachment Fitting (PAF) or another payload adapter of the same size. Once separated from the launch vehicle, the multi-mission host platform must support separable payloads until they are deployed into their intended orbits and continue to support non-separable payloads for mission duration. GENERAL DESCRIPTION OF WORK REQUIRED: Task Orders may have greatly differing mission sets, which will create a wide range of different requirements for each platform. Generally, however, the propulsive host platform support to the payloads should include maneuver, power, and data/communication links required to monitor and sustain the non-separated spacecraft.� To produce a host platform capability, the Government expects the following general work requirements: Contractor will perform propulsive host platform design, development, assembly, integration & test (AI&T) Contractor will perform minor modifications to the host vehicle based on specific payload support requirements Contractor will integrate separable and non-separable payloads to host platform Contractor will perform standard space vehicle environmental testing of the integrated host platform Contractor will deliver the integrated host platform to the launch site and oversee mating operations for IPS and launch vehicle Contractor will support launch and early orbit operations, including anomaly resolution INSTRUCTIONS TO RESPONDERS: A.� Capability Concepts: SSC/SZI is seeking capability statements from interested contractors who can provide a system solution to the Government�s capability requirements.� SSC/SZI is interested in industry concepts for a flexible and evolvable design in terms of inherent capabilities and payload integration. Multiple late payload arrivals, late changes in the payload manifest and/or payload changes in location on the host are anticipated. Therefore, concepts that accommodate payload integration as close as possible to the launch date are of interest. SSC/SZI would like to understand the responder�s host platform concepts for the following: Configuration; payloads your concept can accommodate (number and size) Power Propulsion Attitude control (pointing control, knowledge, jitter, settle time, etc.) Telemetry, tracking, and command (TT&C) Testing, both stand-alone and fully-integrated Projected timelines of the following efforts: � Propulsive Host Vehicle AI&T Full Payload I&T Launch Vehicle I&T Identify any space production and integration heritage Payload integration Ability to support late manifested payloads (less than L-12 months) Ability to support payloads at various classification levels up to and including TS/SCI and Handle Via Special Access Channels Only (HVSACO), to include personnel, facilities, processes, etc. If applicable, please provide a potential list of teaming partners and their status as a defense contractor Questions on the attached RFI questionnaire will ask about the capabilities above specifically, but please use the 10 page limit RFI response to elaborate on the above topics as you deem necessary. Additionally, SSC/SZI is complying with the OSD Digital Engineering Strategy by implementing a program digital engineering approach.� This approach includes facets for digital engineering such as digital models, providing contractor model data to the government and associate contractors (to ensure mission integration), a contractor digital engineering environment that permits government access and analysis as well as gov�t-contractor IPT collaboration, use the concept of digital twin to support the program office activities of manifest planning and management, product line development and management (e.g., configuration management), and initial and residual operations.� The model and digital twin will be used to conduct analysis for safety, loads analysis, thermal analysis, launch environments, space environment, with overall goals of improved interface standardization.� The government seeks information on the contractor ability to meet the SSC/SZI digital engineering approach. B.� Budget and Contracting Structure Limiting cost is a continuing priority for the Government in this acquisition. The estimated cost per space vehicle acquisition will be Task Order dependent, but will include some, if not all, of the costs listed in the table below. Table 1: Work Breakdown # Efforts 1. Host Vehicle Platform/Bus (AI&T) 2. �Payload Integration 3. �Launch Vehicle Integration 4. �Ground, Operations/Anomaly Support, & Sustainment � C. Small Business Opportunities: The Government would like to encourage small business participation in the performance of this effort and request insight into how your company would creatively utilize small business in the performance of this effort. � � � a)�� �Provide an assessment of potential subcontracting opportunities.� � � � b)�� �Do you have any recommendations to increase small business participation under the Talon effort?� � � � c)�� �Does your company hold any socio-economic designations (8a, WOSB, SDVOSB, etc.)?� � � � d)�� �Is there a more appropriate NAICS code to advertise the Talon effort in order to maximum competition to industry? FORMAT FOR RESPONSE: All replies to this RFI must reference RFI Multi-Payload Host Platform.� Submit only unclassified information.� Any information submitted by respondents to this RFI is strictly voluntary.� Please provide your response on company letterhead to the Points of Contact (POC) identified below in this RFI.� A response to the RFI is requested via email no later than Friday, May 12, 2023 at 4:30PM Pacific Daylight Time (PDT) Responses to the questions shall include a cover page with the following: Submitter's Name and Parent Company, if applicable Mailing Address: Street Address, City, State, NINE-Digit zip code Commercial and Government Entity (CAGE) Code Data Universal Numbering System (DUNS) Identification Number Point of Contact (POC) POC Telephone number and email address Interested offerors/vendors having the required capabilities to the requirements above are asked to submit a Statement of Capabilities (SOC) limited to 10 pages or less indicating the ability to perform the effort described herein. Pages shall be single-spaced, 8.5x11 inches with at least 1-inch margins all sides, 10 font or larger. It is not sufficient to provide only general brochures or generic information. No engineering or technical drawings will be welcomed or reviewed if submitted. Responses to the attached questionnaire will NOT count as part of the 10 page limit. Responses must include the following: 1.�� �Company information (see above)� 2.�� �Rough Order of Magnitude (ROM) estimate for the following efforts:� � � � � � �a.�� �production of a single host vehicle � � � � � �b.�� �payload I&T � � � � � �c.�� �launch vehicle integration �� 3.�� �Summary of space production and integration heritage� 4.�� �Recommended Contract Type; In your response, please follow the same naming convention used in the RFI; for example, if responding to a question under paragraph B., please preface your response with �B�.� Please note all material provided in response to this notice shall be unclassified.� Any proprietary information shall be clearly identified.� The Government will take all necessary steps to protect and safeguard any confidential/proprietary information provided.� The Government will NOT be held responsible for any proprietary information not clearly marked. SMALL BUSINESS CONSIDERATION The North American Industry Classification System (NAICS) code for this effort is 336414 � Guided Missile and Space Vehicle Manufacturing or 541712 � Research and Development in Guided Missile and Space Vehicles.� The small business size standard is 1250 employees for each code.� Participation from small and small disadvantaged businesses is encouraged.� SSC's Small Business point of contact is Mr. Aaron Parra.� He can be reached at smallbus@spaceforce.mil or by phone at (310)-653-1108. DISCLAIMERS AND NOTES THIS IS A REQUEST FOR INFORMATION ONLY.� This Request for Information (RFI) is issued solely for information and planning purposes.� It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future.� This RFI does not commit the Government to contract for any supply or service whatsoever.� Furthermore, the Government is not, at this time, seeking proposals.� Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI.� All costs associated with responding to this RFI will be solely at the responding party's expense. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly.� The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified.� Proprietary information will be safeguarded in accordance with the applicable Government regulations. � The Space Force will not be obligated to pursue any particular acquisition alternative as a result of this RFI.� Responses to the RFI will not be returned.� Not responding to this RFI does not preclude participation in any future solicitation if one is issued. SSC has entered into contracts with The Aerospace Corporation, Axient, LinQuest, SCITOR as SAIC Company, SAIC, Tecolote Research, Integrity Applications Incorporated, and Jackson & Tull.� These companies support the Air Force program office by performing technical reviews, systems engineering and integration analyses, cost estimation, and other advisory services.� Respondents are hereby notified that all responses will be provided to our support contractors for their services to the U.S. Space Force.� If respondent disagrees with the release of its RFI response to any of the aforementioned firms, respondent must clearly state this restriction in the cover letter accompanying the RFI response. Foreign firms are advised that they will not be allowed to participate in this acquisition at the prime contractor level.� The research and test data produced under a resultant contract may contain Military Critical Technology List (MCTL) information whose export is restricted by Export Control Act (Title 22, U.S. Sec 2751, et seq.) or the Export Administration Act of 1979, as amended (Title 50, U.S.C., App. 2401, et seq.).� Request certification and registration from the Defense Logistics Services Center (DLSC), Federal Center, 74 north Washington, Battle Creek, MI 49016-3412 as soon as possible. � POINTS OF CONTACT Direct all inquiries to the points of contact below: Primary:� Maj Adam Brunderman Deputy Branch Chief, LDPE/ROOSTER adam.brunderman.1@us.af.mil Secondary: Capt Brendan Kennedy ROOSTER Futures Lead brendan.kennedy.4@spaceforce.mil� �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2aeeae7af1314843854184bf4320790e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06646455-F 20230413/230411230105 (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 |
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.