NASA ARC Solicitation: Microsatellite Deployment Systems Engineering Design and Development Support
Synopsis – May 15, 2008
General Information
Solicitation Number: NNA08242834L-AMD
Posted Date: May 15, 2008
FedBizOpps Posted Date: May 15, 2008
Original Response Date: May 28, 2008
Current Response Date: May 28, 2008
Classification Code: 18 — Space vehicles
NAICS Code: 336419 – Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
Contracting Office Address
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
Description
NASA/ARC is hereby soliciting information about potential sources for engineering design and development of microsatellite deployment systems.
Background: NASA and the Small Satellite Division at NASA Ames Research Center (ARC) have recently teamed with industry and universities to develop fully automated, miniature spaceflight systems. Advanced miniaturization of key technologies coupled with the ability to launch small, secondary spacecraft offers a new, low-cost way to advance space exploration technology. Putting novel cellular genetics investigative tools into small spacecraft gives scientists a powerful ability to study and understand the effects of deep space environments on living things. ARC has an existing purchase order with California State University at San Luis Obispo (Cal Poly) to design and fabricate a microsatellite deployer engineering development unit (EDU) prototype, the Poly PicoSat Orbital Deployer (PPOD). The PPOD, developed by Cal Poly, will carry six small CubeSat microsatellites. CubeSats are flight certified and have been used on various NASA missions, including GeneSat.
The objectives of this Request for Information (RFI) are to provide industry with preliminary information regarding this potential acquisition, to determine other potential sources and industry capabilities, request cost/schedule estimates, and to invite potential offerors to submit comments regarding the Government’s acquisition approach.
NASA has a requirement for engineering design and development of microsatellite deployment systems. These systems will be developed to deploy a quantity of CubeSat miniature satellites. The deployment system will enable the integration of the NASA Ames microsatellite spacecraft to a variety of NASA-acquired launch vehicles. The deployment system will hold a number of miniature CubeSat satellites, and must be compatible with the CubeSat specification. NASA is aware of a number of CubeSat developers, academic as well as commercial vendors, however few are NASA flight certified. The vendor will provide up to twenty miniature satellite deployment systems per year, with two destructive engineering development units (EDUs) required by October 2008, and two flight capable units required by December 2008.
The CubeSat orbital microsatellite deployer has the following minimum requirements:
1. Minimum Technology Readiness Level (TRL) 9 for all spaceflight hardware. TRL 9 equates to “Actual system, flight proven, through successful mission operations”. 2. Demonstrated qualification and successful flight of 3U microsatellite deployers in a spaceflight environment on U.S. and/or international launch vehicles. 3. Demonstrated qualification and successful flight of CubeSats and CubeSat technologies in a spaceflight environment on U.S. and/or international launch vehicles. 4. Meet or exceed qualification of microsatellite deployers with integrated mass models to NASA GEVs for ESS, Shock and Vibration. 5. Qualified microsatellite deployers onto the RideShare Adapter (RSA) for SpaceX 1 Falcon Spacecraft. 6. Proven successful deployment of 3U and 1U CubeSats. 7. Proven successful deployment of multiple CubeSats in a spaceflight mission.
Vendors are asked to submit information in any or all of the following areas:
1. Industry opinion on whether the CubeSats and microsatellite deployers (or PPODs) would be considered commercial, modified commercial, or noncommercial items. (See FAR Part 2.101 for the definition of “commercial item”).
2. The vendor’s price estimate for one microsatellite deployer, and pricing for up to a quantity of 20.
3. The Government is considering a firm fixed price type contract with priced options for the potential award but would like to hear rationale supporting any other contract types, including time and materials, cost type contracts, or a hybrid approach. The Government is also considering an Indefinite Delivery/ Indefinite Quantity type contract.
4. Information about the vendor’s business size (i.e., large, small, small disadvantaged, woman-owned, veteran-owned, etc.), a description of previous similar work performed and for who, a description of the vendor’s facilities, key personnel, or any other information that would be pertinent to this acquisition.
Detailed requirements for the acquisition have not been finalized, nor have the specifics for the acquisition strategy been determined. NASA intends to use the results of this market research to aid in the making of these final decisions.
This preliminary information is being made available for planning purposes only, subject to FAR Clause 52.215-3, entitled “Request for Information or Solicitation for Planning Purposes.” It does not constitute a Request for Proposal, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. This procurement is subject to review or cancellation at any time. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. This notice constitutes all information concerning the microsatellite deployment systems procurement that will be furnished at this time.
Responses are requested by 4:30 PM Pacific Time, May 28, 2008. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of 20 pages of less indicating the ability to perform all aspects of the effort described herein, including schedule and price estimates, as well as any comments on the acquisition approach for the items listed above. Submit the response in writing to the Contracting Officer: Marianne.Shelley@nasa.gov, and reference RFI # NNA08242834L-AMD on the email subject line. Any pages submitted in response to this RFI that contain Competition Sensitive or Proprietary information must be clearly marked on each individual page, and the sensitive information will be handled and protected accordingly. Responses to the RFI will not be returned.
Following this initial feedback, NASA may conduct one-on-one meetings with potential contractors. These meetings will allow for exchange of information and will provide an opportunity for potential offerors to provide feedback on the Government’s requirements and its acquisition approach.
The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto.
No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror’s responsibility to monitor these sites for the release of any solicitation or synopsis.
Any referenced numbered notes may be viewed at the following URLs linked below. An ombudsman has been appointed — See NASA Specific Note “B”.
Point of Contact
Name: Marianne Shelley
Title: Contracting Officer
Phone: 650-604-4179
Fax: 650-604-0932
Email: marianne.shelley@nasa.gov