Status Report

NASA KSC Solicitation: Cubesat Nano Launcher Deployer System

By SpaceRef Editor
July 19, 2012
Filed under , ,

Synopsis/Solicitation Combo – Jul 19, 2012
General Information
Solicitation Number: NNK12LZS0001R
Posted Date: Jul 19, 2012
FedBizOpps Posted Date: Jul 19, 2012
Recovery and Reinvestment Act Action: No
Original Response Date: Aug 20, 2012
Current Response Date: Aug 20, 2012
Classification Code: A — Research and Development
NAICS Code: 336414
Set-Aside Code: Total Small Business

Contracting Office Address

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

Description

NASA/KSC has a requirement for a CubeSat Nano Launcher Deployer System Design in accordance with attached Statement of Work.

This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued.

Offers for the items(s) described above are due by August 20, 2012 at 10:00AM ET to NASA/Kennedy Space Center, Procurement, Attn: Jennifer Dorsey, OP-LS, KSC, FL 32899 or Jennifer.L.Dorsey@nasa.gov and must include solicitation number, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative.

Offerors are required to use the On-Line RFQ system to submit their quote. The On-line RFQ system is linked above or it may be accessed at http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin= . The information required by FAR Subpart 12.6 is included in the on-line RFQ. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency.

All offers shall be valid for 60 days.

This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are ——336414, 1,000 employees respectively. The offeror shall state in their offer their size status for this procurement.

NASA has implemented programs and curricula to advance science, technology, engineering, and mathematics (STEM) education in order to replenish the pool of scientists, engineers and mathematicians who will lead space exploration in the 21st century. NASA’s Launch Service Program (LSP) is seeking to support STEM for the educational research, development, and integration of the new Nano Launcher Vehicle CubeSat Deployer system (NLVCD). STEM shall be maximized and integrated into the entire effort. The Offeror shall provide sufficient detail to demonstrate how STEM is maximized and integrated in to the effort. The Offeror shall identify tasks that undergrad and/or grad students shall perform. Demonstration of student involvement shall include, but is not limited to, the number of students involved and a breakdown of the number of hours per student.

Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government’s requirement.

Evaluation Criteria: Selection and award will be made to the offeror(s) whose offer(s) will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in order of descending importance:

(i) Technical Feasibility to meet Requirements (ii) Student Involvement: Maximization of STEM content in the use of students to complete tasks and deliverable products. (iii) Price (iv) Past performance: In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror will not be evaluated favorably or unfavorably on past performance.

All evaluation factors other than price, when combined, are more important than price.

Questions regarding this acquisition must be submitted in writing (e-mail is preferred) no later than August 6, 2012, to Jennifer Dorsey at Jennifer.L.Dorsey@nasa.gov .

It is the quoters responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any).

The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. The provisions and clauses in the NNK12ZLS001R are those in effect through FAC 2005-58.

Applicable Terms and Conditions: 52.204-4 (May 2011), Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-7 (Feb 2012), Central Contractor Registration 52.209-2 (May 2011), Prohibition on Contracting with Inverted Domestic Corporations – Representation 52.209-10 (May 2012), Prohibition on Contracting with Inverted Domestic Corporations 1852.215-84 (Nov 2011), Ombudsman; the Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html 1852.233-70 (Oct 2001), Protests to NASA 1852.223-72 (Apr 2002), Safety and Health (a) Safety is the freedom from those conditions that can cause death, injury, occupational illness; damage to or loss of equipment or property, or damage to the environment. NASA’s safety priority is to protect: (1) the public, (2) astronauts and pilots, (3) the NASA workforce (including contractor employees working on NASA contracts), and (4) high-value equipment and property. (b) The Contractor shall take all reasonable safety and occupational health measures consistent with standard industry practice in performing this contract. The Contractor shall comply with all Federal, State, and local laws applicable to safety and occupational health and with the safety and occupational health standards, specifications, reporting requirements, and any other relevant requirements of this contract. (c) The Contractor shall take, or cause to be taken, any other safety, and occupational health measures the Contracting Officer may reasonably direct. To the extent that the Contractor may be entitled to an equitable adjustment for those measures under the terms and conditions of this contract, the equitable adjustment shall be determined pursuant to the procedures of the Changes clause of this contract; provided, that no adjustment shall be made under this Safety and Health clause for any change for which an equitable adjustment is expressly provided under any other clause of the contract. (d) The Contracting Officer may notify the Contractor in writing of any noncompliance with this clause and specify corrective actions to be taken. In situations where the Contracting Officer becomes aware of noncompliance that may pose a serious or imminent danger to safety and health of the public, astronauts and pilots, the NASA workforce (including Contractor employees working on NASA contracts), or high value mission critical equipment or property, the Contracting Officer shall notify the Contractor orally, with written confirmation. The Contractor shall promptly take and report any necessary corrective action. The Government may pursue appropriate remedies in the event the Contractor fails to promptly take the necessary corrective action. (e) The Contractor (or subcontractor or supplier) shall insert the substance of this clause, including this paragraph (e) and any applicable Schedule provisions, with appropriate changes of designations of the parties, in subcontracts of every tier that exceed the micro-purchase threshold. (End of clause)

1852.233-73 (Nov 2004), Safety and Health Plan (a) The offeror shall submit a detailed safety and occupational health plan as part of its proposal (see NPR 8715.3, NASA Safety Manual, Appendices). The plan shall include a detailed discussion of the policies, procedures, and techniques that will be used to ensure the safety and occupational health of Contractor employees and to ensure the safety of all working conditions throughout the performance of the contract. (b) When applicable, the plan shall address the policies, procedures, and techniques that will be used to ensure the safety and occupational health of the public, astronauts and pilots, the NASA workforce (including Contractor employees working on NASA contracts), and high-value equipment and property. (c) The plan shall similarly address subcontractor employee safety and occupational health for those proposed subcontracts that contain one or more of the following conditions: government. simplified acquisition threshold. public, astronauts and pilots, the NASA workforce (including Contractor employees working on NASA contracts), or high value equipment or property, and the hazards are not adequately addressed by Occupational Safety and Health Administration (OSHA) or Department of Transportation (DOT) regulations (if applicable). hazards warrants use of the clause. (d) This plan, as approved by the Contracting Officer, will be included in any resulting contract. (End of provision)

1852.237-73 (June 2005), Release of Sensitive Information 1852.225-70 (Feb 2000), Export Licenses Offerors shall provide the information required by FAR 52.212-1 (FEB 2012), Instructions to Offerors-Commercial Items Offerors must include completed copies of the provision at 52.212-3 (FEB 2012), Offeror Representations and Certifications – Commercial Items with their offer. These may be obtained via the internet at URL: http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf FAR 52.212-4 (FEB 2012), Contract Terms and Conditions-Commercial Items FAR 52.212-5 (May 2012), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78)

The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items: XX 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). XX 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). XX 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). XX 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). XX 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). XX 52.219-28, Post Award Small Business Program Representation (Apr 2012) (15 U.S.C. 632(a)(2)). XX 52.222-3, Convict Labor (June 2003) (E.O. 11755). XX 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). XX 52.222-21, Prohibition of Segregated Facilities (Feb 1999). XX 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). XX 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2010) (38 U.S.C. 4212). XX 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). XX 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). XX 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). XX 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). XX 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011).

52.246-9 (Apr 1984), Inspection of Research and Development (Short Form) 52.249-9 (Apr 1984), Default (Fixed-Price Research and Development)

If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled “Buy American Act — Supplies,” the offeror shall so state and shall list the country of origin. These representations and certifications will be incorporated by reference in any resultant contract. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm

The DPAS rating for this procurement is DO-C9.

Statement of Work CubeSat Nano Launcher CubeSat Deplorer System Design

1. Introduction NASA continues to advance the development of launch systems that will mature into a possible launch vehicle for CubeSats. NASA’s Launch Services Program (LSP) has contracted Garvey Spacecraft Corporation (GSC) to perform a series of high altitude launches for the purpose of demonstrating new technology. A part of this technology is the elimination of the Poly-Picosatellite Orbital Deployer (P-POD) carrier for CubeSats. Since the CubeSats are the primary mission, they are not required to be enclosed.

Currently there are two high altitude flights scheduled for September 2012 and February 2013 with the option for three additional flights.

These flights will be flying 1U CubeSats without the standard P-POD system. The contractor will be required to perform the development and integration of a new Nano Launcher Vehicle CubeSat Deployer (NLVCD) system that will accommodate 1U, 2U, and 3U CubeSats on the second flight.

NASA has implemented programs and curricula to advance science, technology, engineering, and mathematics (STEM) education in order to replenish the pool of scientists, engineers and mathematicians who will lead space exploration in the 21st century. LSP is seeking to support STEM for the educational research, development, and integration of the new NLVCD system. STEM shall be maximized and integrated into the entire effort.

2. Ground Rules and Assumptions 2.1. The NASA CubeSat/P-POD Program Level Requirements Document is not applicable. 2.2. Flight Two will have four (4) Government 1U CubeSats with the ability for power on or switching and one (1) CalPoly P-POD. 2.3. Maximum mass for the NLVCD is one kilogram. 2.4. No-test factors of safety will be used on additional loads for the NLVCD. 2.5. NLVCD installation will occur at GSC’s location prior to fairing encapsulation. 2.6. Radio Frequency generation by the CubeSats is allowed. 2.7. Power-on by the CubeSats is allowed. 2.8. The launch site will be in the Mojave Desert. 2.9. NASA GSFC-STD-7000 General Environmental Verification Standard (GEVS) will be used for environmental testing of the new structures.

3. Scope of Work 3.1. Nano Launcher Vehicle CubeSat Deployer and Mission Support 3.1.1. The contractor shall perform a design and fabrication of a low mass deployer to attach to the CubeSat for release. The Government will provide approval of design prior to fabrication. 3.1.2. For 1U NLVCD, the target mass is 0.5kg or less 3.1.3. For 2U and 3U NLVCD, the target mass is 1.0kg or less 3.1.4. Preliminary CAD models created by the contractor shall show that the target mass numbers are achievable using the selected design. 3.1.5. Commercially available, non-explosive actuators or pin pullers shall be used for reliability. 3.1.6. The contractor shall design the system so that the CubeSats are in the vertical position during flight. 3.1.7. The contractor shall design and build the interface bracket between the CubeSat and launch vehicle (LV). 3.2. The Contractor shall design the system structure with Standard Aerospace Margins 3.2.1. The structures shall be designed with positive margins of safety, using no-test factors of safety of 1.6 for yield and 2.0 for ultimate. 3.2.2. NASA GEVS shall be used for the design. 3.3. The Contractor’s design shall be compatible with the Established CubeSat Design Standard 3.3.1. The contractor shall design an interface to accommodate the CubeSat mechanical and electrical interfaces to the deployer. 3.3.2. The design shall allow CubeSats to move from Nano Launch Vehicle (NLV) launches to Evolved Expendable Launch Vehicle (EELV) launches where P PODs/CubeSats are auxiliary payloads. 3.4. The contractor shall streamline integration and testing processes for rapid launch capability 3.4.1. The contractor shall allow for multiple integrations between the CubeSat-deployer and deployer-NLV 24 hours prior to launch. 3.4.2. The contractor shall adopt necessary testing sequences to streamline the integration flow. 3.4.3. Project kick-off 3.4.4. One Carrier Design Review 3.4.5. The Contractor shall perform bi-weekly teleconference meetings with the NASA Technical Point of Contact.

4. Deliverables 4.1. The contractor shall deliver the following: 4.1.1. Mechanical interface drawings 4.1.2. Electrical interface drawings 4.1.3. Carrier Design Review Package 4.1.4. Teleconference minutes for design meetings 4.1.5. Four NLVCD for second flight 4.1.6. Electronic copies shall be provided of all reports formatted in Microsoft Office 2010 to the NASA POCs below as well as the Contracting Officer. 4.1.7. The total number of students and total student hours worked shall be provided to the Government at the completion of the effort.

5. Period of Performance Authority to Proceed (ATP) through February 28, 2013.

Points of Contact Project Management POC Garrett Lee Skrobot Mission Manager, Flight Projects Office NASA Launch Service Program KSC – Mailcode: VA-C Phone: 321.867.5365 Cell: 321.266.4841 Email: Garrett.L.Skrobot@nasa.gov

Point of Contact

Name: Jennifer L Dorsey
Title: Contract Specialist
Phone: 321-867-0337
Fax: 321-867-4884
Email: jennifer.l.dorsey@nasa.gov

Name: Alissa N. Mandernack
Title: Contract Specialist
Phone: 321-867-3380
Fax: 321-867-4848
Email: alissa.mandernack@nasa.gov

SpaceRef staff editor.