Status Report

NASA Request for Information: KSC Shuttle Landing Facility

By SpaceRef Editor
August 8, 2012
Filed under , ,

Synopsis – Aug 08, 2012

Solicitation – Posted on Aug 08, 2012

General Information

Solicitation Number: RFI-KSC-SLF2012
Posted Date: Aug 08, 2012
FedBizOpps Posted Date: Aug 08, 2012
Recovery and Reinvestment Act Action: No
Original Response Date: Sep 24, 2012
Current Response Date: Sep 24, 2012
Classification Code: X — Lease or rental of facilities
NAICS Code: 488119

Contracting Office Address

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

Description

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

Description Introduction: NASA’s Kennedy Space Center (KSC) is seeking input from industry on how to repurpose the SLF from a shuttle landing facility to a multi-purpose launch and landing facility supporting a broad spectrum of space and aerospace customers. This Request for Information (RFI) asks responders to:

* Describe their overall business strategy with a concept of operations for how they intend to operate and maintain the facility;

* Propose a governance structure, with key stakeholders identified, and describe how this governance structure integrates and accommodates NASA and other stakeholders;

* Provide information on proposed sources of revenue, lines of business and target customer base for SLF usage; and

* Describe a development strategy and proposed Capital Improvement Plan (CIP) to implement their business strategy.

NASA KSC seeks to identify industry interest to operate and maintain the SLF through a long term agreement that will also allow NASA continued access to the facility for its government and industry aerospace customers. A long term agreement is contemplated to allow the new operator sufficient time to implement their business plan, including any capital improvements projects considered necessary to make the SLF self-sustaining.

NASA has released for public comment a Draft Environmental Assessment (EA) for Suborbital Processing, Launch, and Recovery Operations, dated May 22, 2012, that addresses the SLF. The draft EA can be viewed at: http://environmental.ksc.nasa.gov/projects/documents/SubOrbEA.pdf

NASA has the option of establishing partnerships with external organizations to make beneficial use of available infrastructure like the SLF. Such arrangements are a benefit to the U.S. Government and NASA.

Purpose of This RFI: The purpose of this RFI is to identify potential partners who are interested in operating and maintaining the SLF, beginning on or about October 1, 2013. The resulting concept of operations from the respondents will provide data on the strongest areas of interest for the facility and help KSC develop the most effective customer agreement for SLF future uses. Several documents are attached to this RFI to assist respondents in understanding the capabilities and opportunities resident at the SLF. Attachment 1 is an aerial schematic showing the potential extent of facilities and land that may be included in any agreement. Attachment 2 is a list of infrastructure that may be included in a partnership agreement. Attachment 3 is an overlay of current restricted airspace.

NASA may establish a Public-Private or Public-Public Venture (PPV) to grant a partner an interest in real property for a specified term through an instrument such as a lease, a use permit, or other form of property out-grant term as authorized by the Space Act or other available authority. Such ventures are defined as partnering tools in NASA’s Real Property Management Program to leverage underutilized Agency real property to maximize utilization and efficiency. NASA KSC intends to grant the industry partner sufficient rights to occupy, operate, modify and maintain the SLF, as necessary to support the partner’s proposed business approach. It is NASA’s intent to ensure fairness to all parties and to ensure best value for the Government in granting use of NASA facilities in a manner that optimizes support for the Agency’s missions and objectives.

NASA expects the potential partner to be fully responsible for the operations and maintenance of the facility to include equipment, at their own expense, for the term of any agreement. This would be a long term agreement and could be subject to extension under specific circumstances. The agreement(s) will fully define the roles and responsibilities of NASA and the Partner.

NASA KSC also seeks to ensure broad awareness and visibility of this opportunity for a PPV between NASA and industry or non-federal public entities. All categories of U.S. domestic entities, including State and Federal Agencies, are eligible to respond to the RFI.

NASA will apply and pursue negotiated agreements with a prospective partner only if it is deemed in the Government’s best interests. NASA reserves the right to proceed with development and negotiation of one or more proposed PPVs or other Partnering and facility utilization agreements with respondents to this announcement, without further notice, if it determines that it has met the purposes, intent, and objectives identified in this announcement.

Description of the Offered Resources: The SLF first opened for flights in 1976 and was specially designed for returning space shuttle orbiters to KSC. The SLF is located about 2 miles northwest of the Vehicle Assembly Building (VAB) toward the north end of the Kennedy Space Center (28.615 Degrees N; 80.6945 Degree W). The paved concrete runway is 15,000 feet long, 300 feet wide with 50 foot asphalt shoulders on each side and has a 1,000 foot overrun at each end. In addition, it is 16 inches thick at the centerline and 15 inches thick on the sides with a curved slope of 24 inches from the centerline to the edge to facilitate drainage. Although a single landing strip, it is considered two runways, depending on the approach; from either the northwest on Runway 15 or from the southeast on Runway 33.

Additional infrastructure includes a 480 by 550 foot aircraft parking ramp, a landing aids control building, a 90 foot wide shuttle tow way that extends from the south end of the runway to Kennedy Parkway (SR 3), a mid-field air traffic control tower, and a 23,000 square foot Convoy Vehicle Enclosure. A complete list of facilities is included as Attachment 2.

The SLF is capable of handling all types and sizes of aircraft, and is especially suited for very large and very heavy transport craft. It currently supports heavy transport aircraft such as the Boeing 747 Shuttle Carrier Aircraft, Military C-17, and C-5s, as well as T-38 aircraft, Gulfstream G-2 aircraft, F-104 aircraft and helicopter operations. Current Air Traffic Control Tower Operating (ATCT) hours are Monday through Friday from 08:00 – 17:00. The SLF supports GPS non-precision landing approaches. Historical data shows that weather is above minimums 99.9% of the time. The SLF is operated as an integral part of a federal spaceport, and is a FAA Part 139-compliant airport facility (Code of Federal Regulations, Title 14 Part 139) which already accommodates limited non-governmental use. Since the FAA discontinued certifying federally operated airfields for Part 139 compliance, NASA has continued to assure SLF facilities comply with Part 139. The FAA worked with the Air Force at Patrick Air Force Base to set-up the “45th Space Wing Eastern Range Special Use Airspace” above KSC and Cape Canaveral Air Force Station to monitor and manage air traffic. Note: See Attachment 3 Current Restricted Airspace.

Adjacent to the SLF is KSC Fire Station #2, with trained and certified Aircraft Rescue Fire Fighting (ARFF) capability to handle emergency responses. Fire Station #2 serves the northern portion of KSC and is not included in the scope of this RFI.

Requested information from respondents to the RFI: NASA KSC seeks the following information from viable organizations regarding their interest in operating and maintaining the SLF and all associated land and infrastructure:

1. Company/entity name and address, including a Point of Contact name, phone number and email address.

2. A description of how the respondent intends to operate and use the facility, including a proposed Governance Structure.

3. A proposed timeline for the respondent to transition SLF operations and maintenance, with key milestones identified. Also, discuss the preferred length of partnership agreement.

4. A discussion of the SLF Development Strategy, that outlines a Capital Improvement Plan (CIP) for recommended improvements to enable multi-use capabilities and support a diverse customer base.

5. A description of the respondent’s expected revenue streams and projected capital outlays to implement the proposed business case. Also include any assumptions of projected business base, including government and commercial customers.

6. A discussion of challenges and/or risks to the proposed SLF Development Strategy, identifying perceived barriers to development and steps to overcome them.

7. A summary of the respondent’s experience and ability to operate and maintain the SLF, including a demonstration that the respondent has financial resources available to implement their plans and fulfill the terms of the agreement.

Response Instructions: The requested responses are for information and planning purposes only. NASA does not intend to post information or questions received to any website or public access location. NASA does not plan to respond to the individual responses. NASA reserves the right to share all information received in response to this RFI throughout NASA and with its Federal and State Government Partners.

It is not NASA’s intent to publicly disclose proprietary information obtained through this RFI; therefore, if proprietary information is included, it should be clearly marked. NASA will protect such data from public disclosure to the extent permitted under the Freedom of Information Act and other laws and regulations.

All responses must be submitted in Portable Document Format (PDF) via email to: steve.parker@nasa.gov

Font should be Times New Roman, size 12. Responses should not exceed twenty-five (25) pages and should reference “RFI-KSC-SLF2012”. Responses are due on or before 12:00 p.m. local time, September 24, 2012. Responses received after the due date may not be considered. Respondents will be sent an acknowledgment upon receipt of their response.

NASA reserves the right to select all, some or none of the respondents for discussions.

Additional Information: This preliminary information is being made available for planning purposes only, subject to FAR Clause 52.215-3, entitled “Solicitation for Information and Planning Purposes.” It does not constitute a Request for Proposal, Invitation for Bid or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract or other type of agreement. Moreover, the Government will not pay for the information submitted in response to this RFI, nor will the Government reimburse a potential Partner for costs incurred to prepare responses to this RFI.

No solicitation exists at this time; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on FedBizOps and on the NASA Acquisition Internet Services (NAIS). It is the potential Partners’ responsibility to monitor these sites for release of any solicitation or synopsis. NASA reserves the right to amend or withdraw this Request for Information at any time.

Site Visit: A site visit is scheduled for all interested parties on August 30, 2012 from 8:30 am to 12:00 pm. Participants must be badged and must be U.S. Citizens to enter KSC secured property. Tour group size is limited to 2 representatives per company. The tour will leave promptly at 8:30 am from the KSC Badging Office, located on State Road 405 (NASA Causeway), between the KSC Visitor Complex and Gate 3.

Individuals should plan to arrive at least 15 minutes early to allow ample time for badging. Proper attire is long pants, closed toed shoes, no high heels. Respondents must bring two forms of ID such as a driver’s license, current passport, original birth certificate, social security card, military ID card or voters registration card. A brief question and answer session will be held following the tour. Cameras are permitted. In order to participate in the site visit, interested parties must provide the following information to steve.parker@nasa.gov no later than 12:00 pm, August 27 2012:

Attendees Name: Company Name: Company Address: Telephone Number: Email Address:

(If not currently badged to enter KSC, you must provide the following): Citizenship: Date of Birth Place of Birth (city, state) SSN:

Comments and Questions: Comments and questions must be submitted in writing to Steve Parker at: steve.parker@nasa.gov by 12:00 p.m. local time on September 5, 2012.

This presolicitation synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results.

NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html .

Any documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/KSC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76 It is the offeror’s responsibility to monitor the Internet cite for the release of the RFI documents and amendments (if any). Potential respondents will be responsible for downloading their own copy of the RFI documents and amendments, if any. Point of Contact

Name: Steven E. Parker Title: Contracting Officer Phone: 321-867-2928 Fax: 321-867-7189 E-mail: steve.parker@nasa.gov

Point of Contact

Name: Steven E. Parker
Title: Contracting Officer
Phone: 321-867-2928
Fax: 321-867-7189
Email: steve.parker@nasa.gov

SpaceRef staff editor.