CBD: NASA: Alternate Access to Station (AAS) Systems Concept of a Logistics Resupply Service to the ISS
[Commerce Business Daily: Posted in CBDNet on November 2, 2001]
[Printed Issue Date: November 6, 2001]
From the Commerce Business Daily Online via GPO Access
PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A–Research and Development
OFFADD: NASA/George C. Marshall Space Flight Center, Procurement
Office, Marshall Space Flight Center, AL 35812
SUBJECT: A–ALTERNATE ACCESS TO STATION (AAS) SYSTEMS CONCEPT
OF A LOGISTICS RESUPPLY SERVICE TO THE INTERNATIONAL SPACE
STATION
SOL 8-1-1-8-D6585
DUE 112101
POC Betty C. Kilpatrick, Contract Specialist, Phone (256) 544-0310,
Fax (256) 544-4080, Email betty.kilpatrick@msfc.NASA.gov –
George E. Pendley, Contracting Officer, Phone (256) 544-2949,
Fax (256) 544-2812, Email george.pendley@msfc.NASA.gov
DESC: NASA/MSFC plans to issue a Request for Offer (RFO)for systems
requirements and a systems design of a logistics resupply service
to the International Space Station (ISS). This in support of
the Alternate Access to Station (AAS) element of the Second
Generation Reusable Launch Vehicle Program.
This effort is
approximately one year in length to assess a logistics resupply
service concept definition to ISS. This service concept and
service plan will be part of a process used by NASA to potentially
procure a commercial service for alternate access to station.
The ISS Logistics Resupply Service concept definition should
include a systems design and operations concept capable of
transporting cargo from the surface of the Earth to the ISS
requiring a launch vehicle and an orbital transfer vehicle
with cargo carrying capability.
It is desirable but not mandatory
that the flight system be capable of returning cargo, intact,
from the ISS to Earth. The systems design and service plan
should address the launch vehicle, launch facilities, orbital
transfer vehicle, transportation to/from ISS of the orbital
rendezvous vehicle payload, all necessary subsystems, and a
service plan with an estimated cost to implement a follow on
service contract.
The maturity level of the systems requirements
and systems design at the end of the contract period should
be such that future efforts could begin with the intiation
of a preliminary design. Additionally, this RFO will ask for
key enabling technology development required to implement a
Logistics Resupply Service. Optionally, submittals may propose
candidates for future NASA funded technology development projects.
A DRAFT of the Statement of Work is attached for review and
comments. Comments shall be submitted no later than November
21, 2001. The Government will not respond to questions or comments,
but will consider them prior to issuing the RFO.
The anticipated
release date of the RFO is on or about December 17, 2001 with
an anticipated offer due date of on or about February 1, 2002.
Multiple awards of firm-fixed price contracts are being considered.
This is not a small business set-aside; however, for the purpose
of developing subcontracting baselines, any proposal submitted
by large businesses, universities and non-profit organizations
shall include a small business set-aside of at least 25%. Of
the 25%, a minimum of 8% for small disadvanged businesses,
4% for woman owned small businesses, 2% for HUBZone small business
concerns, 1% for veteran owned small businesses and 1% for
historically black colleges and universities and other minority
institutions has been established.
This procurement shall be
conducted utilizing Best Value Selection (BVS), which seeks
to select an offer based on the best combination of price and
qualitative merit (including past performance) of the offers
submitted and reduce the administrative burden on the offerors
and the Government.
The Government does not intend to acquire
a commercial item using FAR Part 12. See Note 26. The NAICS
Code and Size Standard are 541710 and 1,000, respectively.
The DPAS Rating for this procurement is DO-C9.
The provisions
and clauses in the RFO and model contract are those in effect
through FAC 97-27. All qualified responsible sources may submit
an offer which shall be considered by the agency. An ombudsman
has been appointed — See NASA Specific Note “B”.
The solicitation
and any documents related to this procurement will be available
over the Internet. These documents will be in Microsoft Office
97 format and will reside on a World Wide Web (WWW) server,
which may be accessed using a WWW browser application. The
Internet site, or URL, for the NASA/MSFC Business Opportunities
home page is http://nais.msfc.NASA.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=62
Prospective offerors shall notify this office of their intent
to submit an offer. It is the offeror’s responsibility to monitor
the Internet site for the release of the solicitation and amendments
(if any). Potential offerors will be responsible for downloading
their own copy of the solicitation and amendments (if any).
Any referenced notes can be viewed at the following URL: http://genesis.gsfc.NASA.gov/nasanote.html
DRAFT STATEMENT OF WORK Note: Deviations from the milestones
and the associated deliverables listed in paragraph 5.6, may
be acceptable if justified in the proposal.
DEFINITIONS
ATP
Authority to Proceed APAS Androgynous Peripheral Attachment
System Berth Mating of a space object, whose motion is controlled
by a grappling Remote Manipulator System (RMS), to another
space object. Cargo Usable supplies CBM Common Berthing Mechanism
Dock Mating of one space object, under its own flight control,to
another.
EVA External Vehicle Activity GFE Government Furnished
Equipment Heavy Payload 4000 lbs usable cargo (Equivalent to
Progress dry cargo) plus container/carrier Incremental Payload
More than or equal to 500# but less than or equal to 4000#
ISS International Space Station IVA Internal Vehicle Activity
Launch Vehicle Multistage vehicle used to place a payload in
low Earth orbit Light Payload Minimum of 500 lbs usable cargo
plus container/carrier Mate To bring two pieces of hardware
together so that they mechanically latch to each other. Payload
Cargo plus its container/carrier
BACKGROUND
The ISS normally
utilizes the Space Shuttle or internationally contributed foreign
launch systems to deliver cargo to the ISS. The foreign launch
systems currently baselined for use for re-supply are the Russian
Space Agency (RSA) Progress, the European Space Agency (ESA)
Automated Transfer Vehicle (ATV), and the Japanese National
Space Development Agency (NASDA) H II Transfer Vehicle (HTV).
NASA is interested in studying potential augmentation of these
re-supply methods with a domestic capability utilizing commercial
providers to meet ISS needs. This augmentation is envisioned
to enhance ISS operability, meet station needs, or be used
in the event currently baselined delivery methods are unavailable.
MATERIAL PROVIDED At Authority to Proceed (ATP), NASA will
provide the contractor with a previously defined set of ISS
Logistics Resupply requirements. These logistics resupply requirements
will define payloads for Design Reference Missions (DRM), and
include the mass, volume, environmental constraints, hazard
levels, and frequency of payload delivery to orbit. NASA will
also provide the contractor with an estimate of a rapid response
flight time needed to deliver small payloads to orbit. NASA
will provide other ISS documentation as required.
SCOPE
The
Logistics Resupply Service shall include a systems design concept
and operation concept capable of transporting cargo from the
surface of the Earth to the ISS. It is desirable, but not mandatory
that the flight system be capable of returning cargo, intact,
from the ISS to Earth. The maturity level of the systems design
and operations concept should be such that a follow on effort
could begin with the initiation of a preliminary design. Innovative
practices and contractor expertise should be employed in the
development of a concept for this Logistics Resupply Service.
The proposed Logistics Resupply service should define a concept
that includes autonomous rendezvous and proximity operation
for transfer of items to the ISS.
The contractor shall provide
a service plan with a cost estimate to develop and implement
a follow on service contract. The Logistics Resupply Service
concept shall also include an assessment of the contractor’s
ability to meet the heavy payload mission, incremental payload
mass below the heavy mission and light payload missions designed
for a rapid response. The systems design shall be compatible
with ISS requirements for visiting vehicles, SSP-50235 Interface
Definition Document for International Space Station Visiting
Vehicles. Additionally, the contractor shall define key enabling
technologies required to implement their concept. Optionally,
the contractor may propose candidates for future NASA funded,
AAS enabling technology development projects. Such technology
development projects shall not be proprietary in nature due
to the desire of the government to openly share technologies
that could improve operating systems or enable commercial capabilities.
5.1 Systems Concept Elements
The elements for the Logistics
Resupply Mission are as follows.
5.1.1 Launch Facility and
Ground Processing
The contractor shall determine the launch
facility to be used, an assessment of it’s availability, prior
use, range safety, attainable orbits, parameters/restrictions
on launch vehicles, any special hazard requirements imposed
on flights, and cost estimate for usage of this facility. The
contractor shall also evaluate the ground processing requirements
for both launch vehicle and the Orbital Transfer Vehicle and
the suitability of the launch facility for payload preparation,
and include any payload constraints required at this facility.
5.1.2 Launch Vehicle
The contractor shall determine a systems
concept through a make or buy decision for a Launch Vehicle
to perform an AAS mission. The Launch Vehicle concept shall
include the lift capability, the number of stages, the type
propellant, the thrust to weight ratio, whether it is an expendable
or reusable vehicle, applicable augmentation requirements,
vehicle unique ground operations, launch vehicle availability,
projected fleet size, and reliability assessment.
5.1.3 Orbital
Transfer Vehicle
The contractor shall determine a systems concept
for an Orbital Transfer Vehicle to perform the mission stated
in section 5. The concept shall include major subsystems (i.e.
avionics architecture concept), the Orbital Transfer Vehicle
weight, the interface with the launch vehicle, and the payload
capacity to ISS in terms of weight and volume, the return payload
capacity from ISS to Earth in terms of weight and volume if
the vehicle is reusable, and a reliability assessment. The
contractor shall define payload-packaging concepts for the
given requirements noting pressurized versus non-pressured
constraints, whether it is expendable or reusable, and the
propulsion capability/performance of the orbital transfer vehicle.
The contractor shall also provide an overall assessment of
the Orbital Transfer Vehicle’s capability to comply with all
given payload constraints and evaluation of how the Orbital
Transfer Vehicle meets the requirements of SSP-50235, Interface
Definition Document for International Space Station Visiting
Vehicles.
5.1.4 Rendezvous and Proximity Operations with ISS
The contractor shall define Orbital Transfer Vehicle operations
inside and outside the Command and Control Zone of the ISS.
The contractor shall identify any required modifications to
ISS for rendezvous and proximity operations, with an assessment
of ISS impacts for implementation.
5.1.5 Berthing/Docking with
ISS
The contractor shall determine a systems concept for the
Orbital Transfer Vehicle berthing/docking and de-berthing/undocking
with the ISS. The concept shall identify the proposed location
of berthing/docking (i.e. an available CBM port, Russian port
for IVA payload transfer, un-pressurized berthing/docking location
on a truss for EVA payload transfer). The contractor shall
assume that the Orbital Transfer Vehicle cannot dock to an
APAS. If the contractor determines that the Orbital Transfer
Vehicle will berth to a CBM, an evaluation of CBM passive half
cost and availability shall be made, assuming that the contractor
will purchase the CBM half. If it is determined that the Orbital
Transfer Vehicle will dock to the Russian Segment, the contractor
shall be responsible for negotiating all agreements with the
Russians. The contractor shall identify any issues or modifications
to ISS for berthing, docking, or support of the Orbital Transfer
Vehicle with an assessment of ISS impacts for implementation.
5.1.6 Payload Transfer to/from ISS
The contractor shall provide
an operation concept for transfer of cargo elements to and
from the ISS that addresses ISS human factors and crew time.
The concept shall include constraints on the length of time
the Orbital Transfer Vehicle can stay at the ISS, selected
berthing/docking location, and compliance with ISS safety requirements.
5.1.7 Return
The contractor shall address return capability
of both the launch vehicle and orbital transfer vehicle. Return
and recovery methods shall also be addressed. The contractor
shall address the ISS safe disposal requirements, found in
SSP-41000, for an expendable vehicle.
5.2 Government Furnished
Equipment (GFE)
The contractor shall not assume GFE for any
portion of the service. If a unique capability owned by the
government can be used efficiently, negotiations may be exercised
for the use of such capabilities or equipment. The contractor
shall identify any requirements that may be imposed on the
ISS for purposes of communication, rendezvous aids, or berthing/docking
aids that enable the contractor’s concept for service.
5.3
Management Plan
The contractor shall provide a management plan
to define how the contractor will manage the contracted activities.
The Plan shall address cost, schedule, quality and the control
of these items. The Plan shall also contain a schedule, Work
Breakdown Structure (WBS), and Documentation Tree.
5.3.1 Schedule
A schedule of contract activities and milestones shall be updated
monthly.
5.3.2 Monthly Reports
Monthly reports shall be submitted
to MSFC containing significant events occurring in the reporting
period, current concerns, and the updated schedule.
5.3.3 Telecons
Bi-weekly telecons shall be held with MSFC for the duration
of the contract, to provide status and enlist NASA assistance
where applicable. Additional telecons shall be supported as
required.
5.4 Service Plan
The contractor shall submit a service
plan to NASA for providing a Logistics Resupply service to
the ISS. The plan shall include detailed estimates of costs
to the Government with supporting rationale, and the leadtime
required before the service could be procured. Data should
include, but not limited to, the minimum purchase of resupply
services by NASA and flight rate required to support the projected
costs to the Government.
5.5 Deliverables
All reports and presentations
shall be delivered to MSFC in paper and electronic form on
CDs. Contractor format is acceptable, if the electronic form
is accessible with Microsoft Office 98 or 2000. The number
of CDs and paper copies will be negotiated prior to reviews.
5.6 Milestones, Meetings, and Reviews
The contractor shall
be responsible for documenting minutes for each of the following
reviews and maintaining a log of associated actions and responding
closures.
5.6.1 Technical Interchange Meeting (TIM)
The TIM
is to insure that all parties understand the technical requirements.
It will be held at ATP+1 month at the contractor’s facility.
Contractor deliverables shall include as a minimum:
- Management
Plan - Schedule
- System Requirements Document (SRD) (draft)
5.6.2 Interim Architecture & Technology Review (IATR)
The contractor
shall conduct this review at ATP+4 months at the contractor’s
facility. It will provide an opportunity to review the selected
AAS Logistics Service systems architecture.
The following accomplishments
will be reviewed:
- Top-level concept studies complete with
an analytical assessment that demonstrates the viable architectures
meet established needs, requirements, and/or objectives (i.e.
ground processing and launch services, launch vehicle, and
orbital transfer vehicle). - Assessment of enabling technologies
and their readiness to support the viable system architecture
elements. - A preliminary assessment of process risks and a
risk management approach identified. - Develop a plan for providing
the Key Enabling Technologies required to implement the contractor’s
design architecture.
Contractor deliverables shall include
as a minimum:
- System Requirements Document (SRD) (preliminary)
- Presentation charts (with sufficient detail) to document
the contractor’s architectural systems concept and identify
key enabling technologies with development plan for an AAS
Logistics Service.
5.6.3 System Requirements Review (SRR)
The
contractor shall conduct the SRR at ATP+8 months at the contractor’s
facility. The purpose of the SRR is to finalize the requirements
for the AAS Logistics Service system. This will include a review
of the mission needs, the functional decomposition process
used to identify lower tier functionality, the allocation of
the functionality thus exposed to lower tier items, performance
requirements derived from system level functions, and system
level constraints. The requirements should address the necessary
aspects of the launch facility, ground operations, on-orbit
operations, and hardware performance and functions. An updated
SRD will be the basis for the review.
The following accomplishments
will be reviewed:
- Concept definition complete for the recommended
architecture. - Analytical assessment complete that demonstrates
architecture meets established requirements, and objectives.
- Process risks identified and a risk management approach complete.
- System architecture and internal and external interfaces
defined. Contractor deliverables shall include as a minimum:
- System Requirements Document (SRD) (final)
- Presentation
charts to document proposed system architecture.
5.6.4 System
Design Review (SDR)
The contractor shall conduct the SDR at
ATP+12 months at Marshall Space Flight Center. The purpose
of the SDR will be to show the contractor has defined a viable
Logistics Resupply Service system design that will meet the
AAS Logistics Resupply operations, functional, and performance
requirements.
Accomplishments that will be reviewed include:
end/configuration items complete and results documented.
System architecture complete down through end or configuration
items with specification tree overlay complete to that level
as well.
in support of the system design.
process defined such that it is ready for starting preliminary
design.
Documents where appropriate.
ready for implementation by the program with a list of specific
risks defined and evaluated.
Contractor deliverables shall
include as a minimum:
- Systems Design Document (SDD)
- Service
Plan The SDD shall include a detailed road map and schedule
identifying required engineering, integration, and operations
activities to develop and implement the AAS Logistics Resupply
Service.
LINKURL: http://nais.msfc.NASA.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=62#99062
LINKDESC: Click here for the latest information about this notice
EMAILADD: betty.kilpatrick@msfc.NASA.gov
EMAILDESC: Betty C. Kilpatrick
CITE: (D-306 SN5121R5)