Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 15, 2017 FBO #5866
SOURCES SOUGHT

A -- Space Launch System Sapcecraft Payload Integration and Evolution 8.4m Payload Fairing Request for Information - Space Launch System Spacecraft Payload Integration and Evolution Payload Fairing Request for Information

Notice Date
12/13/2017
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Office of Procurement, Marshall Space Flight Center, Alabama, 35812, United States
 
ZIP Code
35812
 
Solicitation Number
NNM18ZXP004L
 
Point of Contact
Brian F. Faraci, Phone: 2565445932, Kellie D. Craig, Phone: 2565445906
 
E-Mail Address
brian.f.faraci@nasa.gov, kellie.d.craig@nasa.gov
(brian.f.faraci@nasa.gov, kellie.d.craig@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
SLS SPIE PLF RFI The National Aeronautics and Space Administration (NASA) is seeking information through this Request for Information (RFI) to identify potential commercial domestic and international sources for a Payload Fairing (PLF) to be used on the Space Launch System (SLS). This RFI focuses on identifying the cost efficiencies of advancements made in the last 5 years regarding new fairing material options, large diameter manufacturing techniques, and related analytical and testing capabilities. Responses to this RFI are intended for NASA to better understand associated PLF budget affordability and schedule timeliness to meet SLS lifecycle needs as well as general NASA programmatic, technical, design, construction, and workmanship approaches. NASA is interested in a first launch of the PLF as part of the SLS Program in the early 2020s with the potential of three additional flights later in the decade. SLS is the launch vehicle designed to send people and hardware beyond low earth orbit. The SLS is also an element of the overall Exploration Systems Development (ESD) architecture that includes launch vehicles, spacecraft, mission systems and ground systems, as well as future in-space and surface systems, needed to embark on a robust human solar system exploration program. The information obtained will be used by NASA for planning and acquisition strategy development. NASA will use the information obtained as a result of this RFI on a non-attribution basis. Providing data/information that is limited or restricted for use by NASA for that purpose would be of very little value and such restricted/limited data/information is not solicited. No information or questions received will be posted to any website or public access location. NASA does not plan to respond to the individual responses. This RFI is being used to obtain information for planning purposes only and the Government does not presently intend to award a contract at this time. 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 RFI is subject to FAR 52.215-3, Request for Information of Solicitation for Planning Purposes. Respondents will not be notified of the results of the evaluation of responses to this RFI. Oral communications are not acceptable in response to this notice. Any responses to this RFI that contain export controlled information should be properly marked as such. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this RFI can be found at https://prod.nais.nasa.gov/pub/pub_library/Omb.html. For the purposes of this RFI, an Engineering Cost Estimate (ECE) is defined as an estimate with line item breakout and rates that provides a financial estimate by fiscal year, to be reported in FY18 dollars. All diagrams are notional mission concepts and subject to change. In addition to whatever information the responder chooses to provide, each RFI response shall include a cover sheet with the following information:  RFI Number and Title  Responding Organization (including address, POC and phone number)  A brief synopsis of the RFI response in less than 20 words  Potential partnerships (industry, international, US Government agencies) On October 1, 2017, the Small Business Administration (SBA) replaced its "Table of Small Business Size Standards" within the Federal Procurement Data System - Next Generation (FPDS-NG) to reflect the North American Industry Classification System (NAICS) 2017 revisions. Please self-certify to ensure that the responder is in compliance with the appropriate NAICS 2017 codes. The SBA's "Table of Small Business Size Standards" can be found at https://www.sba.gov/contracting/getting-started-contractor/make-sure-you-meet-sba-size-standards/table-small-business-size-standards. The Government is under no obligation to issue a solicitation or to award any contract on the basis of this RFI. The information provided in responses to this RFI will not be made public. Respondents are solely responsible for all expenses associated with responding to this RFI. Responses to this RFI will not be returned, and respondents will not be notified of the result of any assessment. Although we will not provide feedback on your responses, information provided may be considered by NASA in formulating its acquisition strategy. Upon receiving and reviewing responses to this RFI, NASA may choose to post a subsequent revision to this RFI to request further information from industry to support NASA's acquisition planning for the contemplated procurement. All responses, including capability statement, should not exceed 30 pages and be provided in MS Word document format via email and include the Reference Number: NNM18ZXP004L. Font should be Times New Roman, size 12. Please submit responses no later than January 12, 2018 to NASA/MSFC Office of Procurement via e-mail to Brian.F.Faraci@nasa.gov and cc: Kellie Craig at Kellie.D.Craig@nasa.gov. No solicitation for this requirement currently exists. However, if an amendment to this RFI or solicitation is released, it will by synopsized on FedBizOpps. It is the potential Offeror's responsibility to monitor this site for the release of any amendments to this RFI or if released, future solicitation documents related to this synopsis. Potential Offerors will be responsible for downloading their own copy of this RFI, or if released, any future solicitation documents.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/78c3283e7cccb3a07bc983179c43cc55)
 
Record
SN04765347-W 20171215/171213230933-78c3283e7cccb3a07bc983179c43cc55 (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.