Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2011 FBO #3477
MODIFICATION

A -- Reusable Booster System High Thrust Main Engine

Notice Date
5/31/2011
 
Notice Type
Modification/Amendment
 
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
11-59
 
Archive Date
7/1/2011
 
Point of Contact
Erin L. Orthmeyer, Phone: 310-653-9069, Elizabeth Sciortino, Phone: 310-653-9071
 
E-Mail Address
Erin.Orthmeyer.ctr@losangeles.af.mil, Elizabeth.Sciortino@losangeles.af.mil
(Erin.Orthmeyer.ctr@losangeles.af.mil, Elizabeth.Sciortino@losangeles.af.mil)
 
Small Business Set-Aside
N/A
 
Description
TO: ALL Potential Respondents- this is a Final RFI; the content and submission date remain the same SUBJECT: Request for Information (RFI) Regarding SMC Development Planning Directorate's (SMC/XR) Reusable Booster System (RBS) High-Thrust Main Engine requirement. 1. The Space and Missile Systems Center (SMC), Directorate of Development Planning (XR), Los Angeles Air Force Base, California is seeking information from interested parties on liquid booster engines and associated technologies which satisfy the preliminary requirements of the RBS. XR is seeking an existing engine system, not a future developmental concept. 2. The purpose of this RFI is to gather information on rocket engine options that could be used as the RBS main propulsion system or that could potentially replace the RD-180 main engine on the Atlas V EELV (Evolved Expendable Launch Vehicle). SMC is only interested in receiving information on those engines whose intellectual property rights for technology, design, and production are wholly owned by a United States corporation in order to support National Security Space missions. This Request for Information (RFI) is for market research purposes. 3. In order for SMC to develop the most cost effective on-ramp strategy, inputs from industry on potential propulsion options and enabling technologies are essential. To ensure that cost, schedule and performance constraints are considered, we request that information pertaining to each of these specific areas be addressed for those designs which meet the following overall requirements to be addressed in response to this RFI: a. The contractor must possess and demonstrate to the Government full engine ownership of all design and production intellectual property rights to support domestic production without end use restrictions b. Engine propellants must be LOX/RP c. Sea level thrust 300 - 500-klbs d. Sea level thrust to weight > 85 e. Sea level Isp > 300 seconds a. Vacuum Isp > 330 seconds b. Engine reuse threshold of 10 missions with another 10 missions after overhaul c. High reusable engine reliability with minimal per flight touch labor d. Engine must operate at throttle levels down to 50% rated thrust e. In-flight restart capability is of significant interest 4. Interested industry respondents are requested to provide a White Paper that includes the following sections written in Microsoft Word 2000 or later or Adobe Acrobat Exchange Portable Document Format (.pdf) (with copy/paste function enabled): a. Technical Description: Identify assemblies, components, and subsystems including physical dimensions, weight and power requirements. b. Technology assessment: Assess the technology critical to engine design using Technology Readiness Levels (TRLs) to the subsystem level whenever possible. In order to minimize misinterpretation of TRL levels, provide a brief narrative of the current state of maturity of each major component, unit and interface. When possible, describe the heritage of each assembly/component and interface, particularly its pedigree in proven space flight. c. Expected Performance: Assess proposed engine system against system requirements listed in paragraph 3 above. d. Development Schedule: Identify proposed schedule to include critical paths and discuss schedule drivers (e.g. long lead items). Supporting information from previous similar programs should be provided. e. Cost Estimate: Provide a basis for budgetary estimates on the proposed engine system. Include: Confidence level, Basis of Estimate, heritage program(s) from which costs are derived, and cost risk and drivers. f. Risk Analysis: Discuss the risks and mitigation plans associated with the proposed system including any risk and mitigation strategies required for integration and manufacturing g. Intellectual Property Rights: o Provide a description on the origin of engine design and production rights. If all or portions of the engine technology are derived from foreign sources, describe how the appropriate intellectual rights were acquired to produce the engine within the United States without legal dispute (e.g., licensing agreement). Also provide a description of the level of the data rights (i.e. unlimited rights, restricted rights), expiration timeframes (if any), end use agreements, etc. o If the contractor proposes an engine whose intellectual property is not currently owned by a U.S. corporation, then specify the proposed licensing process, reviews, approvals, cost (to include manufacturing risk reduction), and schedule required to satisfy paragraph 3a. Response Information This RFI is being conducted for information and planning purposes only. It does not constitute a request for proposal or a request for quote. Information contained in this RFI is based on the best information available at the time of publication, is subject to revision and is not binding on the Government. The Government will not recognize any cost associated with a submission in response. The information received will be considered for the purposes of market research. This RFI is unrestricted and encourages responses from all responsible contractors independent of size. Additionally, responses from small business and small, disadvantaged business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. The NAICS 541712 size standard (1,000 employees) is applicable to the subcategory for "Space Vehicles and Guided Missiles, their Propulsion Units, their Propulsion Units Parts, and their Auxiliary Equipment and Parts. All responses are to be provided electronically in Microsoft Word 2000 or later or Adobe Acrobat Exchange Portable Document Format (.pdf) (with copy/paste function enabled) on company letterhead with total page count limited to 25 pages, not including cover page and table of contents. A page is defined as each face of an 8.5 x 11 inch sheet, single-spaced with text no smaller than 11-point font size, Times New Roman. Margins shall be one-inch on all sides. Only unclassified responses should be submitted. An Industry day session may be scheduled after receipt of information requested at the Government's discretion to further discuss responses to this RFI. Responses are due by 1630 PST on 16 June 11. Technical questions should be addressed to Mr. Ken Hampsten and contracting questions should be sent to Capt Elizabeth Sciortino. Submissions of RFI should be sent to:  Ken Hampsten, Program Manager, SMC/XRD, (310) 653-9322, kenneth.hampsten@losangeles.af.mil  Lt Jordan Bratton, Program Support, SMC/XRD, (310) 653-9026, Jordan.bratton@losangeles.af.mil Contracting Points of Contact  Mr. Joseph Simonds, Director of Contracts, SMC/XRC, (310) 653-9072, joseph.simonds@losangeles.af.mil  Capt Liz Sciortino, Procuring Contracting Officer (PCO), SMC/XRC, (310) 653-9710, elizabeth.sciortino@losangeles.af.mil Technical Point of Contact  Ken Hampsten, SMC/XRD, (310) 653-9322, Kenneth.hampsten@losangeles.af.mil Sincerely, Joseph Simonds Director of Contracts, SMC/XR
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/11-59/listing.html)
 
Place of Performance
Address: SMC/XR, LAAFB, 483 N. Aviation Blvd., El Segundo, California, 90245, United States
Zip Code: 90245
 
Record
SN02459831-W 20110602/110531233954-3a94366dc57c2be4557cbbd2e5001b01 (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  © 1994-2020, Loren Data Corp.