NASA Launch Services II 2015 ON-RAMP
Synopsis – May 01, 2015
General Information
Solicitation Number: RFP-10-99-0021-Rev-J
Posted Date: May 01, 2015
FedBizOpps Posted Date: May 01, 2015
Recovery and Reinvestment Act Action: No
Original Response Date: May 18, 2015
Current Response Date: May 18, 2015
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) plans to issue a revision to the NASA Launch Services II (NLS II) Request for Proposal (RFP) on or around June 1, 2015, and encourages new and existing providers to submit proposals. The NLS II Request for Proposal was issued on September 4, 2009, and remains open for a period of ten years from the effective date through the use of an innovative on-ramp provision found in Section C, Clause 2.0. To date, the RFP has resulted in the award of Indefinite Delivery Indefinite Quantity (IDIQ) task order contracts to United Launch Services, LLC., Orbital Sciences Corporation, Space Exploration Technologies, and Lockheed Martin Space Systems Company. Each August during the life of the contract, or at any other time established via synopsis, the Government will accept proposals from new launch service providers for IDIQ contracts and proposals from existing IDIQ contractors for additional launch services. Launch services proposed under the NLS II contracts shall only include launch vehicles capable of being certified to risk mitigation Category 2 and 3 in accordance with NASA Policy Directive 8610.7D Launch Services Risk Mitigation Policy for NASA-Owned and/or NASA-Sponsored Payloads/Missions. These launch services, at a minimum, shall be capable of delivering a 250kg payload to orbit at an altitude of 200km and a launch inclination of 28.5 degrees.
It is anticipated that proposals for this years on ramp will be due on or around July 1, 2015. An ombudsman has been appointed. See NASA Specific Note “B”.
This acquisition is restricted to domestic sources. Minimum contract requirements will be set forth in Attachment E3, Paragraph 1.0 of the NLS II RFP when released. Specifically, offerors must be domestic launch service providers and must be ISO 9001/2008 certified by the time of proposal submission.
It is requested that all interested parties notify NASA in writing no later than May 18, 2015, of your intent to submit a proposal during this on-ramp period as well as the launch vehicle configuration(s) you intend to propose.
Point of Contact
Name:Rob Wolfinger
Title:Contract Specialist
Phone:321-867-8592
Fax:321-867-2825
Email:Rob.Wolfinger@nasa.gov