Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2017 FBO #5633
MODIFICATION

A -- Small Spacecraft Prototyping Engineering Development & Integration (SSPEDI)

Notice Date
4/24/2017
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, California, 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA17608320R
 
Point of Contact
James N. Shumway, Phone: 6506044693, Rosalinda Robin De Leon, Phone: 650-604-6043
 
E-Mail Address
james.n.shumway@nasa.gov, rosalinda.r.deleon@nasa.gov
(james.n.shumway@nasa.gov, rosalinda.r.deleon@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA)/Ames Research Center (ARC) plans to issue a Request for Proposal (RFP) for the Small Spacecraft Prototyping Engineering Development & Integration (SSPEDI). Over the past 7 years, NASA ARC has partnered with the Department of Defense (DoD) on a number of activities focused on the development of small / medium satellites, satellite systems and subsystems, assembly integration and test, mission assurance, mission design, responsive manufacturing, ground operations, and launch services - often employing innovative approaches in order to accelerate acquisition timelines. Several of these capabilities are currently being met through a suite of contracts, awarded in 2010, under a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract titled "Rapid Response Space Works (RRSW)" and a multiple award IDIQ contract titled "Modular Space Vehicle (MSV)". The SSPEDI acquisition is envisioned to serve as a follow-on to the RRSW and MSV contracts in the continued pursuit of innovative and affordable approaches through basic research, applied research, and advanced development focused on, but not limited to, payloads, buses (i.e. spacecraft subsystems such as life support; attitude control; guidance, navigation and control; command and data handling; communications system and antennas; power; thermal control; propulsion; and structures and trusses), ground systems / infrastructure and launch systems. The requirement will be split into two requirements described below that are separate but interrelated: • Space Enablers (SpE), a single award contract which supports the development of operational and enabler missions using existing architectures, infrastructures, modular components, and well-defined hardware and software interfaces. Under SpE, the contractor will also be responsible for providing related support services such as operating the RRSW facility at Kirtland AFB, which provides the ability for the Operationally Responsive Space Office to meet its "deploy" mission capability. • Space Solutions (SpS), a multiple award contract, focuses on the development of small to medium buses, payloads, and space vehicles based on specific technical and mission requirements for ORS. Primary place of performance will be: SpE: Kirtland Air Force Base Albuquerque, NM SpS: The Contractors' Facilities. A Request for Information (RFI) NNA16SSPEDI-L for this activity was posted on July 12, 2016. All future communications related to this requirement will be issued under NNA17608320R. The interested parties list that was created utilizing the RFI NNA16SSPEDI-L will be transferred to NNA17608320R. SpE and SpS will be solicited and awarded through one solicitation. The Government does not intend to acquire a commercial item using FAR Part 12. This procurement will be for a 5 year ordering period. The NAICS Code and Size Standard are 541712 for Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology), Small Business size standard: 1000 employees. This requirement is anticipated to be competed Full and Open. The Government is contemplating the following contract types as follows: SpE The Government is contemplating a single award Indefinite Delivery/Indefinite Quantity (IDIQ) contract withCost Plus Fixed Fee (CPFF) and Firm Fixed Price (FFP) task orders. SpS The Government is contemplating a multiple award Indefinite Delivery/Indefinite Quantity (IDIQ) contract with Cost Plus Fixed Fee (CPFF), Cost Plus Incentive Fee (CPIF), and Firm Fixed Price (FFP) task orders. In addition, the Government is contemplating sub-contracted business goals as follows: SpE Small Business Goal 15%, Small Disadvantaged Business 5%, Woman-Owned Small Business 2%, Historically Underutilized Business Zone 1%, Veteran-Owned Small Business 3%, and Service Disabled Veteran-Owned Small Business 1%. SpS Small Business Goal 25%, Small Disadvantaged Business 5%, Woman-Owned Small Business 4.5%, Historically Underutilized Business Zone 1.5%, Veteran-Owned Small Business 2.5%, and Service Disabled Veteran-Owned Small Business 1.5%. A Draft Request for Proposal (DRFP) will be posted, which will seek comments from all interested parties. The Government plans to host an Industry Day at Kirtland AFB, Albuquerque, NM after release of the DRFP. As part of the Industry Day there will be a site visit for the RRSW facility. The tentative schedule for SSPEDI is as follows: • Draft RFP 26 April 2017 • Industry Days 3 and 4 May at Kirtland AFB (see the SSPEDI Industry Day Special Notice at the following link: https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA17608320R/listing.html) • Final RFP 15 June 2017 • RFP Due Date July 31, 2017 • Contract Award 14 February 2018 NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at https://prod.nais.nasa.gov/pub/pub_library/Omb.html No solicitation has been issued; therefore, do not request a copy of the solicitation. It is the potential offeror's responsibility to monitor Federal Business Opportunities (FBO) for the release of a solicitation or other documents relating to this procurement. All communications relative to this synopsis must be submitted in writing by e-mail, with the solicitation number (NNA17608320R) in the subject line, to James N. Shumway at James.N.Shumway@nasa.gov. Telephone questions will not be accepted. The solicitation and any documents related to this procurement 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 Business Opportunities page is https://www.fbo.gov/?s=main&mode=list&tab=list. Information about major upcoming ARC procurement actions is available at http://ec.msfc.nasa.gov/cgi-bin/eis/admin/admin.cgi?center=ARC
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA17608320R/listing.html)
 
Place of Performance
Address: SpE: Kirtland Air Force Base Albuquerque, NM, SpS: The Contractors' Facilities., United States
 
Record
SN04482383-W 20170426/170424234304-2cdc3a5e0b5c59786dd2bd127a384aa6 (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.