Status Report

NASA ARC Solicitation: Sources Sought Special Notice 2013

By SpaceRef Editor
February 22, 2013
Filed under , ,

Synopsis – Feb 22, 2013

General Information

Solicitation Number: NNA1312345L
Posted Date: Feb 22, 2013
FedBizOpps Posted Date: Feb 22, 2013
Recovery and Reinvestment Act Action: No
Original Response Date: N/A
Current Response Date: N/A
Classification Code: A — Research and Development
NAICS Code: 541712

Contracting Office Address

NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-0001

Description

This is a re-posting of the Sources Sought Special Notice 2013 posted on 1 February 2013. The title of this notice has been corrected and additional language has been added to the section on payloads, instrumentation or subsystems. This notice has been renumbered NNA1312345L.

NASA Ames Research Center (ARC) is seeking partners interested in developing competitive proposals in response to NASA Announcements of Opportunity (AOs), Broad Agency Announcements (BAAs) and other agency proposal calls. ARC is interested in partners that can perform science investigations and research activities, and develop and demonstrate new technologies. Information is also sought on potential partners that, in addition to performing substantial research, can provide hardware, equipment or instrumentation necessary to implement proposed science investigations, research activities or technology demonstration missions. NASA selects and procures scientific investigations, technology development and demonstration missions through solicitations or announcements posted on NSPIRES http://nspires.nasaprs.com/external . A single Principal Investigator (PI), Principle Technologist (PT), or Project Manager (PM) leads a mission investigation team. The PI, PT, or PM may be from any category of Government or non-Government institution, including educational institutions, industry or nonprofit organizations, or from one of the NASA Centers, the Jet Propulsion Laboratory (JPL), other federally funded research and development centers, or other U.S. Government agencies. The mission team may be formed from any combination of these institutions. ARC may respond to an AO or other agency call in either a lead or support role. This synopsis/special notice may be posted annually, and may be updated more frequently as information becomes available regarding ARC’s specific interests. ARC is currently considering responding at a minimum to the announcements identified below: Announcements of Opportunity (AO) from NASA’s Science Mission Directorate.

A full description of all of the different calls for proposals, from Astrophysics, Heliophysics and Earth Science and Planetary Science can all be found at http://nspires.nasaprs.com/external , called Research Opportunities in Space and Earth Science (ROSES). Additional information is available at http://science.nasa.gov/researchers .

Earth Ventures Program – http://science.nasa.gov/about-us/smd-programs/earth-system-science-pathfinder/

Earth Ventures – Instrument Program – http://essp.larc.nasa.gov/EV-I/

Explorer Program – http://explorers.gsfc.nasa.gov/

Discovery Program – http://discovery.nasa.gov/missions.cfml

Space Technology Programs from the Office of the Chief Technologist, including Early Stage Innovation, Game Changing Technology and Crosscutting Capability Demos – http://www.nasa.gov/offices/oct/home/index.html .

POCs at ARC regarding these opportunities and partnering with Ames please contact: Anthony Strawa (Technical questions) – Anthony.W.Strawa@nasa.gov, (650) 604-3437 or Kathleen Giffin – (650) 604-2752 kathleen.r.giffin@nasa.gov.

Special Notice Response Instructions Potential partners are encouraged to submit questions to the identified POC in writing. Pertinent information from questions and answers will be shared with all interested parties, without disclosing the identity of the sources of the questions. Written responses shall: 1. Not exceed 10 pages per Mission proposal (MP). 2. Use an Arial font text with a size not smaller than 12 point. 3. Include all information requested in this notice. 4. Provide a Point of Contact and email address to address questions from NASA. 5. Send responses in PDF format to: Kathleen.R.Giffin@nasa.gov Potential partners may submit their responses by email to the POCs listed at any time. However, ARC reserves the right to complete its evaluation of responses in a time frame necessary to support timely submission of the ARC proposal to a particular opportunity. ARC reserves the right to hold optional oral presentations or written email exchanges with potential proposal partners. Responses will include a specified period of time to present and a specified time for questions and answers. Responses to this notice will not be returned. All responders to this notice should be aware that NASA support service contractors may have access to their proposals. All information received in response to this notice that is marked ‘Proprietary’ will be handled and protected accordingly. NASA support service contractors are under an obligation to keep third-party proprietary information in confidence. By submitting a response to this notice, the responder is deemed to have consented to release of proprietary information to such NASA support service contractors.

This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Submitted responses will be maintained for possible future opportunities for 1 year.

All responders shall identify which announcement(s) is appropriate for their capability, however, responses will be considered for partnering for any of the opportunities listed above or any future opportunity. Responses to this notice will serve as the basis for selection of proposal partners. Additional information may be requested to help in the selection process.

Information to be addressed by a responder may include any of the items listed below: Launch Vehicle 1. Address launch vehicle capabilities and launch site services the responder has to offer. 2. Identify particularly critical or challenging areas that have been overcome in previous work. 3. Discuss current capabilities for Integration and Test (I&T). 4. Identify the Rough Order of Magnitude (ROM) cost. 5. Identify responder’s support facilities for the launch vehicle. 6. Indicate the resources (skills and time) that would be allocated to the potential proposal development phase.

Spacecraft or bus or subsystems 1. Address spacecraft, bus, and/or subsystem mission element capabilities the responder has to offer. 2. Identify particularly critical or challenging areas that have been overcome in previous work. 3. Identify spacecraft, bus, and/or subsystem relevance and compliance to the applicable mission class (class A, B, C, or D) 4. Discuss current capabilities for Integration and Test (I&T) flow of the spacecraft, bus and/or subsystem(s). 5. Identify ROM schedules and costs for spacecraft, bus and/or subsystem development. 6. List the skills available to support a spacecraft or subsystem(s) through all mission phases. 7. Identify responder’s support facilities for a spacecraft and/or subsystem(s) e.g. fabrication, I&T, storage. Etc. 8. Indicate the resources (skills and time) that would be allocated to the potential proposal development phase.

Payload delivery capability to planetary surfaces 1. Describe the planetary (Moon, Mars, etc.) payload delivery capability. 2. Describe the payload accommodation aspects of the delivery capability (e.g. payload mass, volume, power) and any relevant performance considerations, e.g. dependence on landing altitude. 3. Indicate any special aspects of the capability that might be relevant to NASA missions. 4. Identify rough-order-of-magnitude schedules and costing for the capability. 5. Discuss relevant spacecraft development and operations capabilities that the proposer has to offer. 6. Discuss current capabilities for integration and testing flow for the spacecraft and payload(s). 7. Identify support facilities (fabrication, I & T, storage, etc.) available for spacecraft and / or payload(s). 8. List the skills available to support the delivery capability through all mission phases. 9. Indicate the resources (skills and time) that would be allocated to a potential proposal development phase.

Payload, instrumentation or subsystems 1. Address payload, instrumentation and/or subsystem(s) mission element capabilities the responder has to offer. 2. Identify particularly critical or challenging areas that have been overcome in previous work. 3. Identify payload, instrumentation, and/or subsystem relevance and compliance to the applicable mission class (class A, B, C, or D) 4. Discuss current capabilities for Integration and Test (I&T) flow for the payload(s), instrumentation, or subsystem(s). 5. Identify ROM schedules and costs for payload, instrument and/or subsystem development. 6. List the skills available to support a payload through all mission phases. 7. Identify responder’s support facilities for payload(s) e.g. fabrication, I&T, storage, etc. 8. Indicate the resources (skills and time) that would be allocated to the potential proposal development phase.

Of special interest in payloads, instrumentation, or subsystem, NASA ARC is interested in partners related to instrumentation and subsystems required for subsurface science.

Drill, Excavator/Probe, and Sample Transfer Systems (one or multiple) 1. Identify the Rough Order of Magnitude (ROM) cost for development and flight units. 2. Address depth capabilities [Very Shallow (<20cm), Shallow (20cm -3m), Moderate (3-5m), Deep (>5m)]. 3. Address the sample type provided at the top of the borehole [Powder, Mixed Cuttings, Core, Down-hole Measurements Only] 4. Identify the range of operational gravity environments in which the system will function [Microgravity (e.g., Asteroids), Low Gravity (e.g., Moon, Europa), Medium Gravity (e.g., Mars)]. 5. Discuss the degree of human interactivity required for nominal and fault-recovery operations [Autonomous, Remote Tele-robotic, Real-time (local) Tele-robotic, Manual Control]. 6. Discuss the degree of physical/chemical cross-contamination inherent in the system. 7. Describe a planetary protection approach compatible with deployment in COSPAR Special Regions III or IV, and the degree of biological contamination of/by the system. 8. Address performance in making headway and maintaining borehole control in a variety of possibly-encountered strata [including Minimally Consolidated Soil/fines, Ice (min. 2cm thick 95% layers), Rock, Ice-indurated Regolith. 9. Identify the range of system performance through varying material strengths [Low <20MPa, Medium 20-130MPa, High >130MPa fracture toughnesses]. 10. Indicate the resources (skills and time) that would be allocated to the potential proposal development phase.

Scientific concepts 1. Provide a research topic or mission concepts related to the particular solicitation of interest and why the topic is relevant to the solicitation. 2. Provide a concept of operations for the mission. 3. Identify existing or proposed partners, their role, the role of the responder’s organization, and the role of NASA Ames in the proposed mission. 4. Identify the Rough Order of Magnitude (ROM) cost for the mission concept. 5. Address mission element capabilities the responder has to offer. 6. Indicate the resources (skills and time) that would be allocated to the potential proposal development phase.

The criteria for evaluation are listed below: ARC will evaluate the responses based on alignment with the Agency’s goals, compliance with the announcement requirements, feasibility and suitability of the concept and its match to Ames’ interest and capabilities.

In addition to the information requested above, the following areas are considered highly important in the evaluation of responses to this notice:

* Ability to work as part of a government-industry team that may include other industrial partners, academia, and/or foreign partners.

* Innovative technical and partnering approaches that could be used to minimize cost without increasing overall mission risk.

* Demonstrated track record of developing low-cost spacecraft on-time in a schedule-constrained environment and at the agreed upon cost.

* History of delivering payloads with proven technical and cost performance.

Also, if applicable- Depth of experience in spacecraft bus and/or payload management/development, including but not limited to: systems engineering, bus and/or payload fabrication and test, subcontract management, quality management, safety management, materials and processes/contamination control, payload integration and test support, observatory functional and environmental testing, shipment to the launch site, launch vehicle integration support, preparations for and the conduct of launch and early orbit checkout operations, on-orbit operation support, and sustaining engineering support including flight software maintenance.

Responses should include the following: Name and address of company or organization; Point of contact – address, website or email address, and phone number; Which type of partnership the responder is interested (Science Investigations or Research Ideas or Technology Demonstration); Answers to the relevant questions listed above; and a list of relevant partners/customers over the past five years, highlighting work performed.

If responder is a commercial firm, responses should also include: Size of business and number of employees; Average annual revenue for past 3 years; Ownership -whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned and whether the company is U.S. or internationally-owned; Number of years in business; and Affiliate information: parent company (US or international), joint venture partners potential teaming partners (prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed and point of contact and phone number.

No solicitation exists; therefore, please do not request a copy of a solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the responder’s responsibility to monitor these sites for the release of any solicitation or synopsis. Information about major upcoming ARC procurement actions are available at: http://ec.msfc.nasa.gov/cgi-bin/eis/admin/admin.cgi?center=ARC

Acronyms List AO — Announcement of Opportunity, ARC — Ames Research Center, BAA – Broad Agency Announcement, I & T – Integration and Test, NASA — National Aeronautics and Space Administration, PI – Principal Investigator, POC — Point of Contact, ROM — Rough Order of Magnitude

Points of Contact Technical: A.W. Strawa Title: Director, New Opportunities Center Phone: 650-604-3437 Anthony.W.Strawa@nasa.gov

Kathleen Giffin Title: Program Analyst, Strategic Management and Analysis Phone: 650-604-2752 kathleen.r.giffin@nasa.gov

Point of Contact

Name: Rachel Khattab
Title: Contracting Officer
Phone: 650-604-5237
Fax: 650-604-3020
Email: rachel.khattab@nasa.gov

SpaceRef staff editor.