Final Request for Proposal (RFP), NNJ05111915R, Crew Exploration Vehicle (CEV) Phase 2
National Aeronautics and
Space Administration
Lyndon B. Johnson Space Center
2101 NASA Parkway
Houston, Texas 77058-3696
January 11, 2006
Reply to Attn of: BT1-06-003
To: All Prospective Offerors
From: BT/Contracting Officer
Subject: Final Request for Proposal (RFP), NNJ05111915R, Crew Exploration Vehicle (CEV) Phase 2
The National Aeronautics and Space Administration (NASA), Lyndon B. Johnson Space Center (JSC), is pleased to release the final Request for Proposal (RFP) for the CEV Phase 2 acquisition. This replaces the draft RFP issued on November 22, 2005, in its entirety.
NASA continues to define the overall Constellation architecture and the required CEV capabilities. NASA established the Exploration System Architecture Study (ESAS) team to define the spacecraft systems necessary for Low Earth Orbit (LEO) and Lunar missions. As a result, a baseline CEV requirement has been defined. The Element Requirements for the CEV are included as an applicable document in this RFP. The architecture requirements and the resulting spacecraft requirements will evolve through NASA’s System Requirements Review (SRR) activities. The Element Requirements for the CEV will be formally base lined by NASA at the Constellation Program SRR. While NASA recognizes that other activities are on going, including Phase 1 contract performance, offerors are reminded that proposals and subsequent evaluations will be in strict accordance with this final RFP. In particular, you are reminded that the cost evaluation leading to selection and award shall be conducted solely against the instructions in Section L and the evaluation factors in Section M.
NASA desires to streamline CEV development, production and operations to meet a first crewed test flight as close to 2010 as possible, but no later than 2012, without compromising safety. For this reason NASA is seeking industry input on accelerating the schedule, in particular in the area of test activities. The CEV Project is dedicated to combining NASA’s and Industry’s core expertise with a mix of NASA and Industry design and development activities. Once selected, the CEV contractor will be responsible for the integration of these activities which requires a tight NASA and Industry team. This team will determine the best way to achieve the desired outcome with the objective of increasing the return on investment for NASA and the contractors.
RFP Highlights:
There have been changes in the RFP since the Draft RFP was released for industry comment. Offerors should examine the final RFP carefully for changes, as only significant updates are discussed here. Your attention is directed to certain aspects of the RFP in particular:
- The Cargo Delivery Vehicle (CDV) Option is removed from the final RFP.
- The cryogenic liquid oxygen and liquid methane (LOX/ Methane) requirement is removed from the final RFP (SOW 6.2.7).
- The Applicable Documents List Attachment J.3, has been updated to reflect current titles and document numbers. These documents will be added to the bidders’ library.
- Currently the Statement of Work (6.2.3) reads, “The Contractor shall integrate LIDS into the CEV Spacecraft design.” The Government provided LIDS is under review. While an interface docking system will be provided by the Government, the exact docking interface is “TBD” for now. You will be notified of specific changes in a later amendment.
- Schedule “A” activities continue through delivery of the first article of specified spacecrafts.
- The ordering period for all IDIQ is five years. An option is provided to extend this period for each schedule.
- Schedule “A” will utilize NASA’s Award Fee for End Items. All award fee evaluations are interim; the final evaluation will be based on delivery of the final products for schedule A. Any interim fee determinations and payments are tied to successful completion of the milestone. Provisional monthly award fee payments will not be made.
- NASA has included a clause, “Special Provisions for Contract Changes” to reduce the administrative burden related to contract changes. (See Clause H.3 in each Schedule).
- Schedule B, Clause H.24, Advanced Agreement – Changes, further clarifies the Not-To-Exceed rates listed in Clause B.8.
- The selected offeror must develop working relationships with respective NASA Centers to accomplish successful completion of the CEV.
- Small Business subcontracting goals as percentages of contract value are to flow down to 1st tier large business subcontractors. As the contract moves into the production phase it is expected that opportunities for small businesses will expand therefore, NASA will want to readdress the goals. (See the clause H.14, Small Business Subcontracting Goals in each Schedule)
- Associate Contractor Agreements (ACA) will be necessary. Although there are no other Constellation contractors at this time, when these contracts are awarded, this clause will be updated to include them. (See Clause H.17 in each Schedule)
- The RFP and subsequent contract does contain an Indemnification for Unusually Hazardous Risk clause. (See Clause H.7 in each Schedule)
- Offerors must carefully review the data that will be submitted for the completion of the Section J attachments. Specifically J-11 and J-12.
- The Applicable Documents Attachment has been updated with current version and many of the “white papers” are replaced.
- The RFP and subsequent contract does contain a clause for “Space Flight Motivation Awareness Program.” (See Clause H.13 in each Schedule)
- The RFP and contract provides clarification on the “Advance Agreement for Contractor Investments.” (See clause H.22 in each Schedule)
NASA will utilize a more traditional approach to the provision of government laboratories and facilities during Phase 2. As such, Reimbursable Space Act Agreements are not planned. However, the offeror must provide the cost/pricing data as identified in the proposal instructions (Section L-III, 11 d). Phase 2 Offerors may arrange tours of NASA Centers through the Phase 2 SEB. The point of contact for the Phase 2 offerors requesting tours at NASA facilities is Brad Niese. Mr. Niese can be reached at 281-483-3005.
Contract Structure:
The RFP and contract structure consists of three schedules relating to the effort:
-Schedule “A” Design, Development, Test, and Evaluation (DDT&E) through initial flight of CEV Block 1A and 1B
-Schedule “B” Production of all subsequent CEV spacecraft
-Schedule “C” Sustaining Engineering
Schedule A is a cost-plus award fee contract utilizing the NASA end-item award fee procedures. Schedule A will include all efforts leading up to and including the manufacture and assembly of the first production model of each block variant described above. Schedule A will use milestone-based award fee periods tied to successful completion of critical project milestones. A small Indefinite Delivery, Indefinite Quantity (IDIQ) feature will be applied to support the overall DDT&E. Schedule A will include the initial spares for the CEV project, purchased through IDIQ orders.
Schedule B will utilize an IDIQ contract structure. As such, Delivery Orders will be issued for the production of all CEV spacecrafts. NASA’s intention is to isolate production of spacecraft so that the contractor will incur costs only in performance of authorized delivery orders. No other cost will be authorized under this schedule. This approach will allow the introduction of fixed-price incentive arrangements for Delivery Orders.
Schedule C will utilize an IDIQ contract structure. As such, Task Orders will be issued, as necessary, for Sustaining Engineering efforts, utilizing a Cost-Plus-Award-Fee (CPAF) structure Task Orders. NASA intends that any additional DDT&E necessary to complete development of the Block 2 Lunar variant will be contracted for under Schedule C. In addition, Schedule C will also include any subsequent spares provisioning.
Period of performance for Schedule A will be from contract award through approximately 2013, and Schedule B and C would have an ordering period of 2009 through 2019.
Proposal Submission:
Offerors are directed to Section L, entitled “Instruction, Conditions, and Notices to Offerors.” Section L is divided into three sections, L-I, Instruction, Conditions, and Notices to Offerors; L-II, Instructions For Proposal Preparation; and L-III, Instructions for Cost Volumes and Templates. Offerors must submit proposals in accordance with the specific instructions in Section L. Specifically, as stated in Section L.10, proposals are due no later than 11:00a.m. local time March 20, 2006. Offerors are required to have a CAGE Code that matches the corporate address submitted with their proposal.
In accordance with the proposal instructions in Section L, the proposals are to be submitted in hard copy and CD ROM.
Communications Regarding the Request for Proposal
At this time all communications concerning this RFP (with the limited exception discussed below) must be addressed in writing to:
NASA/ Johnson Space Center
Attn: Keith D. Hutto
Mail Code: BT
Phone: 281-483-4165
Fax: 281-244-0149
Email Address: keith.d.hutto@nasa.gov
NASA recognizes that efforts under the CEV Phase 1 are on going. Communication related to Phase 1 efforts must be strictly limited to Phase 1. For government laboratories and facilities tours and to preserve the spirit of the “black-out” period, communication between the NASA Field Center and Industry should follow the process established through the point of contract listed above, Brad Niese.
Questions Related to the RFP:
All questions or comments must be submitted in writing to the Contracting Officer and shall not be marked as confidential, proprietary, competition sensitive, business information, etc. No questions of any nature or form shall be directed to any technical personnel. Responses to questions will be provided in the form of an amendment to the RFP. Questions/ comments must be received by the Contracting Officer no later than February 24, 2006.
Changes to the RFP:
It is the Offeror’s responsibility to monitor the NAIS website at the following address for any changes to the schedule or posting of amendments to this RFP:
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73
The information provided in this cover letter is not intended to be construed differently from the information in the RFP. Should an apparent conflict in interpretation exist, the information in the RFP should be considered to take precedence.
Contracting Officer
Original signed by
Keith D. Hutto