Status Report

NASA KSC Solicitation U Class Payload Launch Service (Cubesats)

By SpaceRef Editor
July 15, 2014
Filed under , ,

Synopsis – Jul 15, 2014

General Information

    Solicitation Number: NNK14ZLS006L

    Posted Date: Jul 15, 2014

    FedBizOpps Posted Date: Jul 15, 2014

    Recovery and Reinvestment Act Action: No

    Original Response Date: Jul 30, 2014

    Current Response Date: Jul 30, 2014

    Classification Code: V — Transportation, travel, and relocation services

    NAICS Code: 336414

 

Contracting Office Address

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

Description

The National Aeronautics and Space Administration (NASA) Kennedy Space Center (KSC) is hereby soliciting information about potential sources capable of integrating and launching U class payload dispensers in the FY 15 – FY 16 timeframe (Oct. 2014-Sept 2016). A U class payload is a type of miniaturized space research satellite that typically uses commercial, off-the-shelf electronic components. The U class payloads flown by NASA are primarily developed by a variety of educational and Governmental organizations. The U class payload is a form factor of 10cm X 10cm X 10cm.

NASA/KSC is seeking capability statements from all interested parties including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition for this potential acquisition. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. The NAICS code for this requirement is 336414 with a size standard of 1,000 employees.

The proposed service shall be capable of delivering up to 24U that will contain the form factor 1U, 2U, 3U, and 6U. The service may be provided on a manifested commercial or government launch service. The U class payloads require release to a Sun-Synchronous orbit with an altitude that allows the U class payloads to meet NASA Orbital Debris Policy (NPR 8715.6A). The U class payloads will not have a go/no-go or “hold” authority during countdown. The Contractor will be responsible for integrating the U class dispensers onto the launch vehicle and providing telemetry confirmation that the dispenser has released the U class payloads. If necessary, the KSC Launch Services Program (LSP) integration Contractor will perform the installation of the U class payloads into the Government provided dispenser.

It is anticipated that any procurement resulting from this request for information will consider domestic sources only as Public Law 105-303, 51 U.S.C 50131, et. seq., states that the Federal Government shall acquire space transportation services from United States commercial providers whenever such services are required in the course of its activities.

The launch service provider will be responsible for obtaining a Federal Aviation Administration (FAA) license as a commercial procurement is anticipated, as well as securing any necessary range assets and approvals for the launch.

No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror’s responsibility to monitor these sites for the release of any solicitation or synopsis.

Interested parties having the required specialized capabilities to meet the above requirement should submit a capability statement of 10 pages or less indicating the ability to perform all aspects of the effort described herein. It is not sufficient to provide only general brochures or generic information.

Responses must include the following: 1) Company name and address; 2) Business size classification (Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) including the number of employees and the number of years in business; 3) Provide information demonstrating technical capability, proposed mission and launch vehicle, and submit a maximum of 5 government or commercial contracts in the last 5 years demonstrating your relevant experience; In addition to the description of the contracts also include contract numbers, contract type, dollar value of each procurement, and point of contact – address and phone number; and 4) Include a Rough Order of Magnitude (ROM) estimate of the fixed price of the service including the quantity of U class payloads to be delivered.

This requirement is considered to be a commercial item as defined in FAR 2.101. 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. Respondents will not be notified of the results of the evaluation. All responses shall be submitted via email to CONTRACTING OFFICER (Rob.Wolfinger@nasa.gov) no later than July 30, 2014 at 2:00 pm local time. Please reference NNK14ZLS006L in any response. Any referenced notes may be viewed at the following URLs linked below.

Point of Contact

    Name: Rob Wolfinger

    Title: Contract Specialist

    Phone: 321-867-8592

    Fax: 321-867-2825

    Email: Rob.Wolfinger@nasa.gov

SpaceRef staff editor.