Status Report

NASA Solicitation: Upper Stage Service Study for NASA Launch Services Program

By SpaceRef Editor
July 19, 2013
Filed under , ,

Synopsis/Solicitation Combo – Jul 19, 2013

RFP NNK13481252R – http://prod.nais.nasa.gov/cgi-bin/eps/sol.cgi?acqid=157162#Other%2001 Posted on Jul 19, 2013

General Information

Solicitation Number: NNK13481252R
Posted Date: Jul 19, 2013
FedBizOpps Posted Date: Jul 19, 2013
Recovery and Reinvestment Act Action: No
Original Response Date: Aug 20, 2013
Current Response Date: Aug 20, 2013
Classification Code: 18 — Space vehicles
NAICS Code: 336414

Contracting Office Address

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

Description

This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

This notice is being issued as a Request for Proposal (RFP) for an Upper Stage Service Study for the National Aeronautics and Space Admintration (NASA) Launch Services Program (LSP).

Background: NASA LSP provides domestic launch services for NASA payloads including high energy Earth escape missions, some of which may benefit from the use of an upper stage. The intended use of an Upper Stage Service is to enable additional performance options for NASA missions that utilize the NASA Launch Services (NLS) II fleet of Launch Vehicles (LV). Historically, high-energy planetary missions that require performance beyond a launch vehicle’s contracted capability have individually acquired and integrated an upper stage separate from the launch service. This mission-by-mission approach complicates mission design and limits synergy with other programs. An Upper Stage (US) Service would better support the science mission community by providing a known and common capability available for use on multiple NLS II launch vehicles. Ultimately, the intent of NASA LSP is to provide a cost effective and reliable upper stage that enhances performance for high-energy NASA missions to be flown on launch vehicles procured through the NASA Launch Services II Contract.

This Request For Proposal (RFP) is associated with the Upper Stage Service Request for Information (RFI), RFI-KSC-USS, posted December 14, 2012.

The goals of this study are to further the development, beyond concept, towards implementation of an Upper Stage Service which would be provided to LSP under a potential future services contract. The Upper Stage Service will be composed of two major elements; first, the design of the upper stage hardware, and secondly, the mission integration support efforts, including meetings, reviews, analyses, ground support equipment, upper stage hardware processing and testing, launch site integration with the LV and the Space Vehicle (SV), and launch support.

Proposal Requirements: Offeror(s) shall propose a single upper stage configuration for the Upper Stage Service Study. Key items that should be included in the proposals and the evaluation criteria for award are listed below. Should the offeror be selected for award, the required scope of work and deliverables are presented in the attached Statement Of Work (SOW)(Attachment 2).

1) The offeror shall describe the proposed overall upper stage design and development approach for the propulsion system, control system, mechanical adapters to SV and standard EELV 62 inch LV interface, and separation systems. Include the flight heritage of each system, if any, and the qualification status of the major elements. (Limit 5 pages)

2) The offeror shall describe their proposed approach, (including methods, tools, and key assumptions) to perform the study as it relates to each scope item in the SOW, (Limit 1 page per scope item)

3) The offeror shall provide a ROM labor estimate, and basis of estimate for each scope item in the SOW.

4) The offeror shall provide an estimate of US performance, including associated assumptions, in terms of SV separated mass versus delta-v.

5) The offeror shall propose a total required period of performance not to exceed 8 months from award.

6) The offeror shall propose a total firm fixed price for the study.

Evaluation Criteria: Selection and award will be made to the offeror(s) whose offer(s) will be most advantageous to the Government, price and other factors considered. In order of importance, the following factors shall be used to evaluate offers:

1) Minimization of development effort required for implementation of the Upper Stage Service.

2) The offeror’s ability to perform the study as shown by the proposed approach, the magnitude of the effort spent, and the credibility of the basis of estimate to perform each item in the SOW.

3) Maximization of available US performance (in terms of payload mass) to Earth escape trajectories using NLS II LV’s.

4) Minimization of period of performance.

5) Price of Study.

All evaluation factors other than price, when combined, are significantly more important than price. The Government may make multiple awards. If an offeror’s proposal exceeds $300,000, they are cautioned that the proposal may be eliminated due to budgetary constraints. Upon receipt of an award, the contractor shall perform the Upper Stage Service Study in accordance with the terms and conditions of the contract and the attached SOW.

Period of Performance: Not to exceed 8 Months (All deliverables shall be completed within the period of performance, including the final review and post-project data package.)

NASA Technical Point of Contact: Nathan Gelino Email: Nathan.J.Gelino@nasa.gov Phone: 321-861-6462

NASA Contracts Specialist: Leslie M. Solum Email: Leslie.M.Solum@nasa.gov Phone: 321-867-0299

The Government intends to acquire a commercial item using FAR Part 12.

All contractual and technical questions must be submitted in writing to NASA/KSC Procurement Office, Attn: OP-LS Leslie M. Solum, Contracting Officer, Kennedy Space Center, FL 32899 or via email at Leslie.M.Solum@nasa.gov not later than July 26, 2013. Telephone questions will not be accepted.

Proposals are due by 4:30 pm EST on August 20, 2013, to NASA/KSC Procurement Office, Attn: OP-LS Leslie M. Solum, Contracting Officer, Kennedy Space Center, FL 32899 or via email at Leslie.M.Solum@nasa.gov.

Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency.

An Ombudsman has been appointed. See NASA Specific Note “B”.

If an offer is submitted in response to this synopsis, the Offeror must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Items, available through the Online Representations and Certifications Application (ORCA). ORCA may be accessed through the following link: www.sam.gov.

It is the offeror’s responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http:/prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D& [in=76. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).

The provisions and clauses in the RFP are those in effect through FAC 2005-68.

Offerors shall provide the information required by FAR 52.212-1 (Feb 2012), Instructions to Offerors-Commercial Items, which is incorporated by reference.

Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml This RFP does not commit the Government to award a contract nor does it obligate the Government to pay for any cost incurred in the preparation and submittal of proposals in anticipation of an award. The Government reserves the right to reject your proposal should such action be in the best interest of the Government.

As applicable, the following Terms and Conditions will be incorporated into the resulting contract: (See Attachment 1 – Terms and Conditions)

Point of Contact

Name: Leslie M. Solum
Title: Contract Specialist
Phone: 321-867-0299
Fax: 321-867-1188
Email: Leslie.Solum-1@ksc.nasa.gov

Name: John M. Vondenhuevel
Title: Contracting Officer
Phone: 321-476-4756
Fax: 321-476-4746
Email: John.Vondenhuevel-1@ksc.nasa.gov

SpaceRef staff editor.