NASA/KSC is seeking capability statements from all interested parties including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition for this potential acquisition. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. The NAICS code for this requirement is 336414 with a size standard of 1,000 employees.
The proposed service shall be capable of delivering up to 72U in the form factor of 1U, 2U, 3U, 6U and 12U over the identified time period. The service may be provided on a manifested commercial or government launch service. The U class payloads require release to a Polar Orbit orbit with an altitude that allows the U class payloads to meet NASA Orbital Debris Policy (NPR 8715.6A). The U class payloads will not have a go/no-go or "hold" authority during countdown. The Contractor will be responsible for integrating the U class dispensers onto the launch vehicle and providing telemetry confirmation that the dispenser has released the U class payloads. If necessary, the KSC Launch Services Program (LSP) integration Contractor will perform the installation of the U class payloads into the Government provided dispenser.
It is anticipated that any procurement resulting from this request for information will consider domestic sources only as Public Law 105-303, 51 U.S.C 50131, et. seq., states that the Federal Government shall acquire space transportation services from United States commercial providers whenever such services are required in the course of its activities.
The launch service provider will be responsible for obtaining a Federal Aviation Administration (FAA) license as a commercial procurement is anticipated, as well as securing any necessary range assets and approvals for the launch.
No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis.
Interested parties having the required specialized capabilities to meet the above requirement should submit a capability statement of 10 pages or less indicating the ability to perform all aspects of the effort described herein. It is not sufficient to provide only general brochures or generic information.
Responses must include the following: 1) Company name and address; 2) Business size classification (Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) including the number of employees and the number of years in business; 3) Provide information demonstrating technical capability, proposed mission and launch vehicle, and submit a maximum of 5 government or commercial contracts in the last 5 years demonstrating your relevant experience; In addition to the description of the contracts also include contract numbers, contract type, dollar value of each procurement, and point of contact - address and phone number; and 4) Include a Rough Order of Magnitude (ROM) estimate of the fixed price of the service including the quantity of U class payloads to be delivered.
This requirement is considered to be a commercial item as defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. All responses shall be submitted via email to Erik Whitehill ([email protected]) no later than November 29, 2016 at 2:00 pm local time. Please reference NNK17607646L in any response.