National Security Space Launch (NSSL) Phase 3 DRAFT Request for Proposals (RFPs) #2

Agency: DEPT OF DEFENSE
State: Federal
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159490939692353
Posted Date: Jul 14, 2023
Due Date: Jul 28, 2023
Solicitation No: NSSL-Ph3-dRFP2
Source: Members Only
Follow
National Security Space Launch (NSSL) Phase 3 DRAFT Request for Proposals (RFPs) #2
Active
Contract Opportunity
Notice ID
NSSL-Ph3-dRFP2
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Jul 13, 2023 05:20 pm PDT
  • Original Response Date: Jul 28, 2023 01:00 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 04, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: V126 - TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: SPACE TRANSPORTATION/LAUNCH
  • NAICS Code:
    • 481212 - Nonscheduled Chartered Freight Air Transportation
  • Place of Performance:
Description

This is a DRAFT Request for Proposal (RFP) notice.



A. Overview



The United States Space Force (USSF) Space Systems Command, Assured Access to Space’s (SSC/AA) Operational Imperative is to deliver national security space capability to the warfighter to deter/defeat the pacing challenge. The NSSL Phase 3 approach to meet this Operational Imperative is to provide assured access to space to the integrated space architecture at affordable prices. The Phase 3 Acquisition Strategy consists of a dual-lane approach with two separate contract types to fulfill program requirements.



B. NSSL Phase 3 Lane 1: DRAFT RFP #2




  1. Lane 1 will consist of multiple award Indefinite-Delivery Indefinite Quantity (IDIQ) contracts. These IDIQ contracts will have a five (5)-year basic ordering period and a 5-year option ordering period. The Government will reopen the original IDIQ solicitation on an annual basis to on-ramp emerging providers or systems.

  2. The Lane 1 DRAFT RFP #2 is posted to SAM.gov and the NSSL Phase 3 Bidders Library. Potential offerors may request access to the Bidders Library by emailing the points of contract (POCs) listed in this notice. Comments on this draft RFP are due by 1300 PDT on 28 July 2023.

  3. The North American Industry Classification System (NAICS) code and size standard are 481212 and 1,500 employees, respectively. Small Businesses interested in subcontracting opportunities are encouraged to contact launch service providers (LSPs) directly. SSC’s Small Business POCs can be reached at smallbus@us.af.mil.



C. NSSL Phase 3 Lane 2: DRAFT RFP #2




  1. Lane 2 will consist of three (3) competitively awarded Indefinite Delivery Requirements (IDR) contracts. These IDR contracts will have a 5-year ordering period and will include launch services, mission unique services, launch services support, fleet surveillance, early integration studies, and special studies.

  2. The Lane 2 DRAFT RFP #2 is posted to SAM.gov and the NSSL Phase 3 Bidders Library. Potential offerors may request access to the Bidders Library by emailing the points of contract (POCs) listed in this notice. Comments on this draft RFP are due by 1300 PDT on 28 July 2023.

  3. Early Integration Studies (EIS) for First Ordering Year of Phase 3 Lane 2

    1. EIS is a risk-reduction activity, the results of which inform the Government on the compatibility between the launch vehicle and the spacecraft. For first-time missions of a specific space vehicle and/or new entrant launch vehicle configuration, EIS is vital to identify the space vehicle’s mission unique requirements and assess the launch vehicle’s ability to integrate with space vehicle interfaces.

    2. Offerors interested in conducting EIS for missions anticipated to be ordered in the first ordering year of the Phase 3 Lane 2 IDR contracts must either be: an LSP with a certified system or an LSP with an approved certification plan for your proposed launch system. If an Offeror is neither of these, but is interested in conducting EIS for the afore-mentioned missions, please submit a Statement of Intent (SOI) to initiate a certification plan for your proposed launch system by 1300 PDT on 28 July 2023 to the POCs listed in this notice.



  4. The NAICS code and size standard are 481212 and 1,500 employees, respectively. Small Businesses interested in subcontracting opportunities are encouraged to contact LSPs directly. SSC’s Small Business POCs can be reached at smallbus@us.af.mil.



D. Questions



Questions concerning this notice must be directed to the Contracting Officer and courtesy copied to the Contract Specialist listed in this notice.



E. Disclaimer




  1. THIS IS A DRAFT RFP RELEASE ONLY. This event is issued solely for information and planning purposes pertaining to the NSSL Phase 3 Acquisition procurement strategy and the DRAFT NSSL Phase 3 Requests for Proposal (RFPs). It does not constitute an RFP, a Request for Quotations (RFQ), or a promise to issue a solicitation in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Furthermore, the Government is not seeking proposals at this time. Participants are advised that the Government will not pay for any information or administrative costs incurred in response to this notice.

  2. SSC/AA has entered into contracts with The Aerospace Corporation, Alpha Omega Group (AOG), Axient, Boecore Inc., Boyles Enterprises, Figueroa and Associates, Integrated Data Services (IDS), KBR (formerly Centauri), Liona Enterprises Inc., ManTech International Corporation, Millennium, Nynth Company California LLC, OMNI Consulting Solutions, Quantum Research International, Science Applications International Corporation (SAIC), SAVI LLC, Stellar Solutions, Tecolote Research Incorporated, Tyton LLC, and Wallender and Associates. These companies support the program office by performing technical reviews, systems engineering and integration analyses, cost estimation, and other advisory services. Response to these draft RFPs constitutes consent to disclosure of information to these companies, which are required to provide equal protection to non-public information as the Government.


Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact
History
  • Jul 13, 2023 05:20 pm PDTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >