Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2010 FBO #3231
SOURCES SOUGHT

A -- Next Generation Engine (NGE) Request for Information

Notice Date
9/27/2010
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
SMC10-55
 
Archive Date
11/24/2010
 
Point of Contact
Kathleen Scholefield, Phone: 310-653-3696, Doreen Grosvirt-Dramen, Phone: (310)653-3343
 
E-Mail Address
kathleen.scholefield@losangeles.af.mil, doreen.grosvirt-dramen@losangeles.af.mil
(kathleen.scholefield@losangeles.af.mil, doreen.grosvirt-dramen@losangeles.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information (RFI) for market research purposes issued by the Launch and Range Systems Wing (LRSW) at the Space and Missile Systems Center (SMC). The United States Air Force (USAF) is seeking information from domestic manufacturers capable of developing and manufacturing a new upper stage engine for the EELV Program. PURPOSE The purpose of this RFI is to seek information from domestic manufacturers capable of developing and manufacturing a new upper stage engine. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This RFI does not commit the Government to contract for any supply or service whatsoever. Furthermore, we are not seeking proposals at this time. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. The Government requests that non-proprietary information be submitted in response to this RFI. However, should proprietary information be submitted, it should be marked PROPRIETARY and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified. BACKGROUND: The Atlas V and Delta IV upper stages currently employ two different variants of the RL10 rocket engine. While the RL10 engines meet current requirements, the Air Force anticipates needing a new engine produced and qualified NET 2017. OVERVIEW OF OBJECTIVES: The Air Force is seeking an upper stage engine utilizing modern design and manufacturing methods. It is expected that the new engine will demonstrate state-of-the-art operating margin and reliability and minimize life-cycle costs. UPPER STAGE ENGINE TECHNICAL REQUIREMENTS The engine will be a U.S. developed and manufactured LOX/LH2 rocket engine with a vacuum thrust in the range of 25k lbfs to 35k lbfs integratable with the upper stage of the EELV family of launch vehicles. Additional top level technical requirements: Isp (vacuum): 465 seconds or greater Nozzle: Fixed (preferred, but not required) Throttle: Throttlable down to 21,000 lbs (deeper throttle desired, but not required) Restartable: Minimum of 4 flight starts Life expectancy: 3000 seconds or greater Reusable: Not required Mixture Ratio: Adjustable during operation Length (gimbal to nozzle exit): NTE 90 inches Exit Diameter: NTE 73 inches (desired) Threshold Reliability: 0.9990 or greater UPPER STAGE ENGINE INFORMATION SOUGHT The Air Force is asking for insight into the state of development of candidate solutions for upper stage engines, technology readiness levels (TRL), manufacturing readiness level (MRL), and critical technology risk reduction efforts. Listed below are areas that the response shall cover. Capabilities: 1. If a prototype engine or major subsystems exist and have been operated, provide the following: engine and installation photographs; non-proprietary description of engine characteristics that are critical to achieving the required thrust, specific impulse, and reliability; historical data on operation with LOX/LH2; information regarding where and how the engines have been tested or operated and in what configuration; and, name of technical POC to whom engine inquiries may be addressed. 2. Provide schedule to mature engine to TRL 6. TRL 6 is defined as: System/subsystem model or prototype demonstration in a relevant environment. TRL 6 represents a major step up in the technology's demonstrated readiness. Examples include testing a prototype in a high fidelity laboratory environment, or in a simulated operational environment. 3. Detail any proven manufacturing programs and capability related to liquid-propellant rocket engines. 4. Provide manufacturing process and material issues that contribute to engine's design, performance, durability, reliability, or cost. 5. Provide schedule to mature engine manufacturing processes to a Manufacturing Readiness Level (MRL) of 7. MRL 7 is defined as: capability to produce systems, subsystems or components in a production representative environment. MRLs provide a better understanding of the maturity and risks involved with respect to the products manufacturing readiness. 6. Provide an estimated annual production rate that supports the industrial base to include critical suppliers. Provide details for any components or supplier not in the United States. PROGRAM AND BUSINESS MANAGEMENT The USAF is seeking Industry inputs into methods to manage these programs to include effective and affordable business practices. a) Discuss procurement approaches to include alternative business arrangements, such as teaming. b) Describe how you would leverage any existing efforts to include hardware, designs, analysis, and facilities to save cost and accelerate schedule. Identify any existing assets from which you require or obtain benefit that support the technology maturation in a timely, affordable, and efficient manner. Identify any new assets that may be required, such as new testing facilities. REFERENCES LIBRARY Reference documents are available only upon request and will be provided only to individuals with the proper security clearances. EELV Satellite Interface Specification SUBMISSION OF RESPONSES: ALL RESPONSES SHALL BE SUBMITTED VIA EMAIL TO THE POC IDENTIFIED BELOW. Interested sources possessing the capacity to meet all of the requirements and conditions outlined above must so indicate by responding via email to Point of Contact (POC) identified herein. All submissions should include the company name and POC to include, name, position, telephone number and email address. All interested sources are encouraged to respond to this Sources Sought synopsis by providing the above information on or before Close of Business 30 days following the publication of this RFI. All responses must be unclassified. If submitted, all proprietary and restricted information shall be clearly marked. The Government will NOT be responsible for any proprietary information not clearly marked. Reference the section numbering convention when responding to the RFI. All documents must be electronically provided in Microsoft Word, Excel or other Microsoft Office compatible format. Response is limited to 25 pages, single spaced, Times New Roman, 12 pt font, with minimum one-inch margins. Appendices are allowed, but limited to drawings, schematics, photographs, and tables. SUMMARY SMC strives to develop a comprehensive acquisition approach to invest in the development a new upper stage engine. Industry involvement early in the development phase is essential for SMC to formulate a strategy to meet the national objectives of developing domestic propulsion systems that are both affordable and used by multiple customers. Any resulting acquisition approach will utilize these guiding principles: a) Affordability b) Satisfy multiple customers c) Maximize competition d) Procure appropriate intellectual property e) Leverage existing programs f) Apply the appropriate set of performance measures and incentives g) Leverage existing industry programs h) Maximize the use of small businesses Responses must clearly demonstrate the qualifications, capability and expertise of the vendor. Responses to this notice will be used as part of the market research to develop the acquisition strategy that satisfies this potential requirement. Responses from small and disadvantaged business is highly encouraged. The applicable NAICS is 541712 with a 1,000 employee size standard. The Government has not formalized an acquisition strategy. There is no solicitation and there is no other information available at this time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/SMC10-55/listing.html)
 
Place of Performance
Address: 483 N. Aviation Blvd, El Segundo, California, 90245, United States
Zip Code: 90245
 
Record
SN02298492-W 20100929/100927235157-d23c8a2ed2c27f3ce252c6e702a89a10 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.