NASA Solicitation: Satellite Servicing in Low Earth Orbit
Synopsis – Jan 30, 2014
General Information
Solicitation Number: NNG14FA93RFI
Posted Date: Jan 30, 2014
FedBizOpps Posted Date: Jan 30, 2014
Recovery and Reinvestment Act Action: No
Original Response Date: Feb 28, 2014
Current Response Date: Feb 28, 2014
Classification Code: A — Research and Development
NAICS Code: 541712
Contracting Office Address
NASA/Goddard Space Flight Center, Code 210.S, Greenbelt, MD 20771
Description
The National Aeronautics and Space Administration (NASA) is soliciting information to conduct market research regarding the current-state-of-the-art in robotic and human satellite servicing and repair in low earth orbit (LEO). NASA would make spacecraft and payload interface data available to parties interested in pursing ideas for satellite servicing in LEO. NASA’s ultimate goal in sharing these data is to encourage development of commercial capabilities to service and repair satellites. This goal should have synergy with public-sector goals.
This is an RFI only and does not constitute a commitment, implied or otherwise, that NASA will take further action in this matter. Further, neither NASA, nor the Government, will be responsible for any costs incurred in furnishing this information.
NASA envisions both human and robotic activities for servicing and repairing satellites in LEO that need fuel, repair, or instrument replacement. NASA is interested in encouraging private-sector (commercial) industry to develop capabilities for satellite servicing in LEO. Extending the life of NASA and other government satellites would fill anticipated data gaps due the insufficient funding to continue the existing paradigm of replacing the satellite when they no longer provide the data needed, such as the following:
* Existing gaps in polar weather coverage
* Unexpected failures of instruments
* End-of-life of existing environmental satellites
Servicing offers many advantages from an Earth Science perspective:
*Would be less costly than replacing the current $50B infrastructure with $50B of new satellites
*Provide needed data continuity
PARTICIPATION POLICIES
This RFI is seeking respondents interested in independently developing concepts and capabilities to service spacecraft. Respondents seeking funding from NASA are ineligible. If NASA decides to go forward with servicing ideas, NASA will issue separate requests for proposals. Because of U.S commercial objectives and various legal constraints, any prospective Partners are limited to U.S. commercial entities. However, a Partner may incorporate some international components as long as it is in compliance with U.S. export laws and regulations.
INFORMATION REQUESTED
RFI responses must include the following information:
a.Name of Respondent;
b.Respondent’s address;
c.Name and contact information for primary Respondent Point of Contact (POC), including POC’s name, title (or affiliation with Respondent entity), email address, and phone number;
d.General description of Respondent’s capabilities and experience in the subject matter of this RFI;
e.Specific feedback, comments, and suggestions on information provided in this RFI.
f.Responses to the following specific questions, which will be used to determine the credibility for sharing subject information:
1.What role do you see for your company in servicing satellites in LEO? In particular, provide information that demonstrates your company’s viability in satellite servicing by addressing the following:
a.Include a copy of your company’s announced business plan that includes crewed operations in orbit and/or satellite servicing in LEO
b.Discuss your company’s investment (or internal R&D) in satellite servicing and related systems
c.At high level, describe hardware (such as a vehicle) your company has designed for supporting space activities
d.Discuss your company’s proven in-space capability
2.Discuss any aspects of the information provided in this RFI that would significantly impact the participation of your company
3.What clarifications or suggestions do you need to minimize impacts to your capabilities or improve design flexibility, safety, or reliability? Provide rationale for any alternative suggestions that meet the goals stated herein.
DISCLAIMER
It is not NASA’s intent to publicly disclose Respondents’ proprietary information obtained in response to this RFI. To the full extent that it is protected pursuant to the Freedom of Information Act and other laws and regulations, information identified by a Respondent as “Proprietary or Confidential” will be kept confidential.
In accordance with FAR 15.201(e), the information being requested is for planning purposes only and is not intended to bind the Government. It is emphasized that this RFI is NOT a Request for Proposal, Quotation, or Invitation for Bid. This RFI is for information and planning purposes only, subject to FAR Clause 52.215-3 titled “Solicitation for Information or Planning Purposes,” and is NOT to be construed as a commitment by the Government to enter into a contractual agreement.
The Government will not pay for information submitted in response to this RFI. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation were released, it would be synopsized in the FedBizOpps or NASA Acquisition Internet Service website at http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51 . It is the responsibility of any potential offerors/bidders to monitor these sites for the release of any solicitation, synopsis, or related documents. As part of its assessment of industry responses, NASA GSFC may contact respondents to this Request for Information if clarifications or further information is needed.
RESPONDING TO THIS RFI
All final submissions shall be submitted via e-mail to both points of contact listed below no later than February 28, 2014, 5:00 pm Eastern Standard Time. Two hardcopies of the final submission shall be sent to:
NASA Goddard Space Flight Center ATTN: Dean Patterson/210.9 8800 Greenbelt Road Greenbelt, MD 20771
Please reference NNG14FA93-RFI in any response. Files may be submitted in MS Word, PDF, or RTF format. All responses shall be no more than ten (10) pages. A page is defined as one (1) sheet 8.5 x 11 inches using a minimum of 12-point font size for text.
NO CLASSIFIED INFORMATION SHOULD BE INCLUDED IN THIS RFI RESPONSE. Respondents are highly encouraged to submit any questions via email regarding this RFI by February 14, 2014, to allow the Government time to develop responses prior to the due date for submissions. All questions and responses will be posted prior to the response date to the maximum extent practicable to assist all potential respondents.
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 .
Point of Contact
Name:Dean S Patterson
Title:Procurement Manager
Phone:301-286-8085
Fax:301-286-1670
Email:Dean.S.Patterson@nasa.gov
Name:Claudia Canales
Title:Contracting Officer
Phone:301-286-5990
Fax:301-286-1670
Email: Claudia.Canales-1@nasa.gov