Status Report

CBD: NASA: University-affiliated Spaceport Technology Development Contract

By SpaceRef Editor
December 5, 2001
Filed under ,

[Commerce Business Daily: Posted in CBDNet on November 29, 2001]

[Printed Issue Date: December 3, 2001]

From the Commerce Business Daily Online via GPO Access

[cbdnet.access.gpo.gov]

PART: U.S. GOVERNMENT PROCUREMENTS

SUBPART: SERVICES

CLASSCOD: R–Professional, Administrative and Management Support
Services–Potential Sources Sought

OFFADD: NASA/John F. Kennedy Space Center, Procurement, Kennedy
Space Center, FL 32899

SUBJECT: R–UNIVERSITY-AFFILIATED SPACEPORT TECHNOLOGY DEVELOPMENT
CONTRACT

SOL RFP10-01-0027

DUE 122801

POC John M. Vondenhuevel, Contracting Officer, Phone (321) 476-4756,
Fax (321) 476-4746, Email John.Vondenhuevel-1@ksc.NASA.gov

DESC: NASA/Kennedy Space Center (KSC) is soliciting potential
sources (including small, small disadvantaged, 8(a), HUBZone,
veteran-owned, and woman-owned concerns) to provide non-personal
research and engineering services via a University-affiliated
Spaceport Technology Development Contract (USTDC). The research
and engineering services provided by the USTDC will focus on
the development of advanced spaceport technologies and systems
that will enable safe, reliable, and low cost access to space.
The USTDC envisioned will consist of a strong aerospace engineering
company teamed with a leading university or consortium of universities.

This team will provide technical leadership and collaborate
with NASA/KSC in the research and development of the following
Spaceport Technology thrust areas: 1. Fluid Systems Technologies:
These include technology focus areas for cryogenics and other
fluids, such as production, storage, distribution, recovery,
and disposal; vehicle interface (umbilicals, etc.); fluid safety
(gas/vapor detection, quantification, and location); and thermal
and fluid management. 2. Spaceport Structures & Materials:
These include technology focus areas such as launch structures
and mechanisms; materials science; corrosion prevention and
protection science; electrostatic dissipation; and nondestructive
evaluation methods for ground processing applications. 3. Process
& Human Factors Engineering: These include technology focus
areas such as human factors engineering; simulation and modeling
of space vehicles and elements; process and operations analysis
tools; life cycle systems engineering tools; work methods measurement
tools; and scheduling and capacity analysis systems. 4. Command,
Control & Monitoring Technologies: These include technology
focus areas such as sensors and instrumentation (e.g. smart
sensors, wireless and fiber optic sensors, data acquisition,
and multi-element and multi-discipline sensors); autonomous
and intelligent control systems; spaceport and space system
health management; and advanced, user-friendly checkout and
monitoring systems that integrate diverse data sets. 5. Range
Technologies: These include technology focus areas such as
weather instrumentation systems; space and ground based range
technology (e.g. tracking and telemetry); decision models and
simulation (e.g. toxic propellant plume dispersion modules);
and range information systems management.

The work to be accomplished
under the USTDC will include management of complex applied
research, development, and technology projects, delivering
products and services to customers in the areas of spaceport
and range systems and equipment, and operating and maintaining
a variety of assigned on-site facilities, laboratories, and
testbeds. The USTDC will be responsible for researching, breadboarding,
prototyping, designing, fabricating, assembling, testing, evaluating,
and delivering unique technologies and systems for spaceport
customers. The contractor shall provide technical support services
(e.g. documentation, proposal preparation, specifications and
standards, multimedia, and configuration management). The contractor
will also be expected to facilitate the transition of developed
technologies to commercial markets. It is envisioned that the
university partner(s) would lead and/or collaborate with NASA
researchers in applied research of advanced spaceport technologies,
while the aerospace engineering partner would develop and apply
the technologies for spaceport customers. The USTDC team will
be expected to contribute to the strategic planning for research
and development of future spaceport technologies.

The USTDC
team will be required to provide quick response to troubleshooting
requests of spaceport customers where USTDC’s unique capabilities
are advantageous in resolution of the problem. The USTDC team
will be expected to seek research and development work funded
by NASA, other government agencies, and private industry through
an aggressive technology outreach program promoting KSC’s unique
expertise, laboratory, and testbed capabilities.

The USTDC
will take over the current outreach program, obligations and
customers for the Cryogenics Testbed. Companies having the
specialized capabilities and existing or potential university
affiliation(s) to meet the requirements described above are
encouraged to submit a capability statement indicating their
ability to perform the effort. Responses must include the following:
name and address of firm, size of business; average annual
revenue for the past 3 years and number of employees; ownership;
whether they are large, small, small disadvantaged, 8(a), HUBZone,
Veteran-owned, and/or woman-owned; number of years in business;
listing of relevant work performed during the last three years,
provide contract numbers, contract type, dollar value of each,
and point of contact – address and phone number. Please advise
if the requirement is considered to be a commercial or commercial-type
product or service. A commercial item is defined in Internet
“Note A”. No solicitation exists; therefore, do not request
a copy of the solicitation. If a solicitation is released it
will be synopsized on the Governmentwide point of entry (GPE)
and on the NASA Acquisition Internet Service. It is the potential
offerors’ responsibility to monitor these sites for the release
of any solicitation or synopsis. The GPE can be accessed via
the Internet at http://www.fedbizopps.gov/NASA / KSC plans
to host an Industry Day conference and provide an opportunity
for one-on-one discussions [See FAR 15.201(c)] with prospective
prime contractors and/or potential university partners on January
29-31, 2002. Those interested in registering for the Industry
Day and/or scheduling a one-hour one-on-one discussion should
contact Ms. Taya Facemyer at (321) 476-4747 or at Taya.Facemyer-1@ksc.NASA.gov
no later than January 20, 2002. Please note that both interested
prime contractors and subcontractors are invited to attend
the Industry Day conference. However, one-on-one discussions
will be held with prospective prime contractors and/or university
partners only.

The Government reserves the right to consider
a small business or 8(a) set-aside based on responses hereto
and information gained during one-on-one discussions. A significant
portion of this requirement is currently being accomplished
under the Engineering Development Contract (EDC), NAS10-98001.
The EDC was awarded as a competitive 8(a) set-aside for small
business firms in SIC 8731 with a size standard of 1,000 employees.
We anticipate the period of performance, including all options,
will be at a minimum for five years, beginning between October
1, 2002 and April 1, 2003. This requirement is subject to the
Service Contract Act of 1965, with the primary places of performance
at Kennedy Space Center, FL, and Cape Canaveral Air Force Station,
FL. Information on the Engineering Development Contract (EDC),
NAS10-98001, is available through the NASA Financial and Contractual
Status (FACS) On-Line Query System at: http://procurement.NASA.gov/cgi-bin/FACS/contract.cgi

Copies of the current contract may also be obtained via a Freedom
of Information Act (FOIA) Request by contacting Penny Myers
at (321) 867-9280 or on line at http://www.ksc.NASA.gov/procurement/nas1098001/list.htm

This synopsis is for information and planning purposes only
and is not to be construed as a commitment by the Government
nor will the Government pay for information solicited. All
information should be submitted by December 28, 2001 via e-mail
or mail to the attention of John M. Vondenhuevel, Contracting
Officer, Mail Code: SEB-USTDC. In responding please refer to
RFP10-01-0027. Any referenced notes can be viewed at the following
URL: http://genesis.gsfc.NASA.gov/nasanote.html

LINKURL: http://nais.msfc.NASA.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=76#99466
LINKDESC: Click here for the latest information about this notice
EMAILADD: John.Vondenhuevel-1@ksc.NASA.gov

EMAILDESC: John M. Vondenhuevel

CITE: (D-333 SN514011)

SpaceRef staff editor.