Search Contract Opportunities

OSP-4 On-Ramp #2 RFI   3

ID: FA8818-23-R-0004 • Type: Sources Sought
HigherGov Subscribers Knew about This Opportunity Months Early

Find opportunities months or years earlier with HigherGov Forecasts

Free Trial Schedule Demo

Description

Posted: Aug. 3, 2023, 5:14 p.m. EDT

*****3 August 2023 Update: RSLP has delayed an OSP-4 On-Ramp #2 until 1st quarter 2024 due to schedule conflicts with other procurement efforts. A request for proposals will be issued at that time. ******

______________________________________________________________________________________________

The Space Systems Command (SSC) Launch Enterprise, Small Launch and Targets Division, Rocket Systems Launch Program (RSLP), at Kirtland Air Force Base, New Mexico, is releasing a Request for Information (RFI) for the Orbital Services Program-4 (OSP-4) On-Ramp #2, multiple award Indefinite Delivery/Indefinite Quantity (IDIQ) Contract to potentially expand the current vendor pool. The RFI is included as an attachment to the announcement.This synopsis is issued for the purpose of requesting firms who may be interested in on-ramping to the existing multiple award Indefinite Delivery/Indefinite Quantity (IDIQ) contract to submit a statement of capabilities (SOC) expressing their ability and desire to meet the Orbital Services Program (OSP-4) objectives and technical requirements. OSP-4 provides RSLP with small launch vehicles capable of orbital trajectories and other defined test objectives.

In order to provide potential Offeror's additional insight into the overall OSP-4 requirements, the OSP-4 Performance Work Statement (PWS) is attached for interested parties to review. We are not requesting any comments on the PWS; any contracts resulting from an on-ramp will contain the PWS that exists on the current contract. The Government seeks to gauge industry capability and interest in a potential OSP-4 On-Ramp.

The primary purpose of this contract is to provide orbital launch services for delivering payloads, flight hardware, and technical/concept analyses support for the launching of space assets in support of U.S. Government agencies. The potential On-Ramp would allow additional vendors to join the OSP-4 Indefinite Delivery/Indefinite Quantity (IDIQ) contract vendor pool. OSP-4 delivers payloads ranging between 400 pounds (lb.) to LEO through approx. 8,000 lb. to Geostationary Transfer Orbit (GTO). Additional orbits of interest within this performance range include, but are not limited to, Medium Earth Orbit (MEO) and Highly Elliptical Orbits (HEO). A competitive source selection would be conducted to award additional IDIQ contracts based on the original OSP-4 source selection criteria. Task Order (TO) competitions for future launch service missions will be competed among the awarded IDIQ contractors as missions are identified in accordance with the ordering procedures of the contract. The contractor will be required to integrate commercial stages, Minuteman, Peacekeeper and/or other solid rocket motors and liquid engine stages with government payloads. This will require, for most missions, the ability to develop, procure, and build flight hardware, and integrate and provide launch services from any of the national test/launch ranges, within 12-24 months from the time the delivery order is awarded. The ordering period for the IDIQ is nine years from the original contract award (from award through 9 October 2028). Launch service capability requirements are defined in the Performance Work Statement (PWS) while mission specific requirements are defined in the Mission Requirements Document (MRD) for each mission.

For more information on the OSP-4 program and its requirements, please reference the OSP-4 and OSP-4 On-Ramp #1 RFPs archived at the following web addresses: (https://sam.gov/opp/d142027572f119c74f9efccebf42f812/view and https://sam.gov/opp/296ae92268be4283a41a02eec2f09353/view). Please note there have been updates to the terms and conditions and/or technical documents since release of the OSP-4 RFP. If RSLP intends to conduct an OSP-4 On-Ramp, the most current terms and conditions and technical documents will be made available.

SOC Guidelines:
The Government is requesting interested firms respond by submitting an SOC summarizing their overall approach and desire to meet the OSP-4 requirements as outlined in the OSP-4 PWS. Important technical capabilities of the launch vehicle that should be captured in the SOC include but are not limited to: (A) Orbital capabilities. Describe the maximum mass that can be delivered to low earth orbit, sun-synchronous orbit, and geostationary transfer orbit. Discuss any relevant limitations to reaching specific orbits. (B) Propulsion system status. Describe the status of the vehicle's propulsion system or propulsion system development to include past performance or anticipated demonstration schedules. (C) Initial launch schedule. Include past performance if the launch vehicle is already flight-proven, or anticipated dates for initial launch if the vehicle is still under development. (D) Launch-site coordination activities. Discuss the status of range approvals at any space launch sites, and the anticipated schedule of any construction activities. Please also provide brief responses outlining your current industrial security clearance and storage facilities to support work at the SECRET level (if none, so state).

The SOC must be submitted by 10 July, and is limited to 2 pages, size 11 font with 1 margins. All replies to this synopsis must reference OSP-4, FA8818-23-R-0004. Submit only unclassified and non-proprietary information if possible. If proprietary information is deemed essential, all proprietary information should be clearly marked and associated restrictions on Government use identified. Note: Both Government and Contractor personnel will be utilized for SOC evaluation. If proprietary information is deemed essential, Non-Disclosure Agreements will be executed. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this request for information. All responses shall include company size status under the North American Industry Classification System (NAICS) code identified above.
This request is to survey industry, for planning purposes, and does not constitute an invitation for bids, request for proposals, quotes, or indication that the Government will contract for the items contained in this notice. The Government will not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses.

Posted: June 12, 2023, 9:55 a.m. EDT

Overview

Response Deadline
July 10, 2023, 6:00 p.m. EDT Past Due
Posted
June 12, 2023, 9:55 a.m. EDT (updated: Aug. 3, 2023, 5:14 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
1500 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Vehicle Type
Indefinite Delivery Contract
On 6/12/23 Advanced Systems and Development Directorate issued Sources Sought FA8818-23-R-0004 for OSP-4 On-Ramp #2 RFI due 7/10/23. The opportunity was issued full & open with NAICS 481212 and PSC V126.
Primary Contact
Name
Lucia A Corral (PCO, SMC/PKT)   Profile
Phone
(505) 846-5426

Secondary Contact

Name
Emily Parks-Garcia   Profile
Phone
(505) 846-1656

Documents

Posted documents for Sources Sought FA8818-23-R-0004

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought FA8818-23-R-0004

Incumbent or Similar Awards

Contracts Similar to Sources Sought FA8818-23-R-0004

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought FA8818-23-R-0004

Similar Active Opportunities

Open contract opportunities similar to Sources Sought FA8818-23-R-0004

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFSPC > SPACE AND MISSILE COMMAND > SPACE SYSTEMS2 > FA8818 ADV SYS DEVELOPMENT PKT KT
FPDS Organization Code
5700-FA8818
Source Organization Code
500038525
Last Updated
Aug. 15, 2023
Last Updated By
lucia.corral@spaceforce.mil
Archive Date
July 25, 2023