Status Report

NASA Solicitation: Space Launch System Core Stage Engine Production Restart

By SpaceRef Editor
March 14, 2013
Filed under , , ,

Synopsis – Mar 13, 2013

General Information

Solicitation Number: SLS-LEO-NNM13ZPS001L
Posted Date: Mar 13, 2013
FedBizOpps Posted Date: Mar 13, 2013
Recovery and Reinvestment Act Action: No
Original Response Date: Mar 27, 2013
Current Response Date: Mar 27, 2013
Classification Code: A — Research and Development
NAICS Code: 541712

Contracting Office Address

NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812

Description

The National Aeronautics and Space Administration (NASA) Marshall Space Flight Center (MSFC) is seeking potential sources with the capability to provide six additional human-rated, flight-certified, high-performance liquid rocket Core Stage Engines (CSEs) in support of the Space Launch System (SLS) Program flight manifest.

On September 14, 2011, NASA announced the SLS vehicle architecture with a manifested first flight in late 2017. The CSE in this architecture is the RS-25 engine (derived from the Space Shuttle Main Engine). The early SLS flights will utilize all remaining RS-25 engines from the Space Shuttle Program. However, six additional CSEs are needed to support the first four launches (with first engine delivery in the 2023 timeframe) and to establish the production infrastructure necessary for continued, affordable program support.

NASA is seeking CSE design, manufacturing, assembly, test, analysis, certification, and flight support capabilities that can meet its schedule and funding constraints. New engines must be “drop-in” replacements for current RS-25 engines to avoid costly impacts to the vehicle and core stage design. As such, new engines must be certified to meet the current RS-25 functional, human-rating and performance requirements, match interface conditions and design configurations, and operate within all natural and induced environmental constraints. General engine requirements are as follows:

* Propellants: Liquid oxygen / liquid hydrogen

* Mixture Ratio: 6.04 +/- 1%

* Thrust: 520,000 +/- 6,000 lbf

* Specific Impulse: 450.8 seconds, minimum

* Weight: 8,150 lbm, maximum

* Throttling: to 305,000 lbf in approximately 5,000 lbf increments

* Single Engine Reliability: Approximately 1 failure per 900 missions

Vendors having the capabilities necessary to meet or exceed the stated scope and requirements are invited to submit appropriate documentation outlining their capabilities and qualifications. Respondents should specifically address the following:

1. Overview of flight support and engine processing capabilities

2. Description of manufacturing capabilities and facilities as they pertain to large scale rocket engine fabrication

3. Overview of development and production plans to fulfill the requirements and schedule as stated above

4. Summary of previous rocket engine design, manufacturing, testing, and flight activities

5. Summary of experience in manned space flight as it pertains to rocket engine processing and flight support

Submission of only general brochures or generic information is insufficient. The capability statement documentation requested above shall not contain company-sensitive or classified information.

For capability statement submission purposes, the respondents should consider the projected start date of Government fiscal year 2014 and the Government estimate of approximately $1 billion for this activity.

No solicitation for this requirement currently exists. However, if a solicitation is released, it will be synopsized via the Government Point of Entry (FedBizOpps) and on the NASA Acquisition Internet Service (NAIS). It is the potential Offeror’s responsibility to monitor these sites for the release of any amendments to this synopsis or if released, future solicitation documents related to this synopsis.

Respondents having the required specialized capabilities requested should electronically submit a capability statement of 25 pages maximum, including attachments, in Arial 12-point font, excluding diagrams, pictures, or figures, in MS Word document format via e-mail to the Contracting Officer listed herein. To facilitate a prompt review by the NASA team, a one (1) page summary (included in the 25 page count) shall be included with the capability statement(s), identifying the following information:

1. Name and address of firm

2. Size of business (NAICS Code is 541712 with a size standard of 1,000 employees) a. Average annual revenue for past 3 years b. Number of employees c. Whether the company is large or small

3. Company Ownership a. Public or private ownership b. Small disadvantaged, 8(a), HUBZone, veteran-owned, and/or woman-owned

4. Number of years in business

5. Affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime)

6. List of customers, including point of contact name, email address and phone number, covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement)

7. Point of contact – address and phone number.

Responses must be submitted no later than 4:30 p.m. Central Time Wednesday, March 27, 2012, via e-mail to the primary Contracting Officer identified herein (cc: to the secondary point of contact also).

This requirement is not considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101.

This synopsis is for information and acquisition planning purposes and is not be construed as a commitment by the Government nor will the Government pay for information solicited. Submissions will be evaluated solely for the purpose of determining whether or not the required capability is currently available and if the procurement may be conducted on a competitive or non-competitive basis. Oral communications are not acceptable in response to this notice.

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 .

A determination by the Government to procure this requirement, based upon responses to this notice or other market research, is solely within the discretion of the Government. Respondents will not be notified of the results of the evaluation. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. This Request for Information (RFI) is subject to FAR concerning limitations on export controlled items.

If a solicitation or any other document related to this procurement is released, it 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/MSFC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62 . It is the offeror’s responsibility to monitor the Internet site for the potential release of a solicitation. Potential offerors will be responsible for downloading their own copy of this synopsis or if released, any future solicitation documents.

Point of Contact

Name: Jennifer A Lawson
Title: Contract Specialist
Phone: 256-961-1186
Fax: 256-544-5001
Email: jennifer.a.lawson@nasa.gov

Name: Kimberly J Spencer
Title: Contracting Officer
Phone: 256-544-1479
Fax: 256-544-2985
Email: kim.adams@nasa.gov

SpaceRef staff editor.