Guided Missile and Space Vehicle Manufacturing
ID: B669436-1Type: Sources Sought
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFLLNS – DOE CONTRACTORLivermore, CA, 94551, USA

NAICS

Guided Missile and Space Vehicle Manufacturing (336414)

PSC

SPACE VEHICLES (1555)
Timeline
  1. 1
    Posted Mar 17, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 17, 2025, 12:00 AM UTC
  3. 3
    Due Apr 19, 2025, 12:00 AM UTC
Description

The Department of Energy, through Lawrence Livermore National Security, LLC (LLNS), is seeking sources for a spacecraft bus provider to support its proposal for NASA's Astrophysics Small Satellite Explorers (SMEX) Program. The objective is to co-engineer a spacecraft that will accommodate a technology readiness level (TRL) 6 telescope provided by LLNS, ultimately delivering an integrated observatory for launch. This initiative is critical for advancing aerospace technology and supporting national interests in astrophysics exploration, with the mission projected for launch in June/July 2025 and initial operations in 2026-2027. Interested contractors should submit their responses, including rough order of magnitude estimates and technical details, via email to Yvonne Garcia at garcia288@llnl.gov, as this request is for planning purposes only and does not guarantee a future Request for Proposal (RFP).

Point(s) of Contact
Yvonne Garcia
garcia288@llnl.gov
Files
Title
Posted
Mar 17, 2025, 11:05 PM UTC
The Arachne Spacecraft Bus Statement of Work (SOW) outlines the responsibilities, deliverables, and quality requirements for the subcontractor involved in the Arachne project at Lawrence Livermore National Laboratory (LLNL). The SOW specifies that the subcontractor must design, manufacture, integrate, and test the spacecraft bus and support its payload integration and launch operations. The document emphasizes compliance with a variety of established standards and procedures, including quality assurance protocols, thermal design criteria, and rigorous testing requirements. Key deliverables include three spacecraft buses, integrated observatories, and an End Item Data Package documenting the assembly and testing results. Several critical design and process reviews (such as Preliminary Design Review and Critical Design Review) outline required presentations and documentation. Additionally, the subcontractor must ensure adherence to stringent quality and traceability standards, maintaining communication with LLNL throughout various project phases. This SOW serves to ensure project alignment with federal requirements while supporting national interests in advanced aerospace technology.
Mar 17, 2025, 11:05 PM UTC
The ARACHNE Bus Specification document outlines the technical requirements for designing and manufacturing a commercial vendor bus to interface with a Lawrence Livermore National Security (LLNS) furnished payload, creating an Observatory. The document details various functional and performance criteria, including orbit specifications, operational lifetimes, fault management, payload interfaces, and electrical power systems. Key sections include requirements for telemetry, command, and data handling, as well as specifications for flight software and telecommunications. Thermal and mechanical conditions, along with reliability and radiation tolerance requirements, are also emphasized to ensure the bus functions in Low Earth Orbit (LEO) conditions. The purpose of this document is to provide guidelines and parameters for vendors aiming to meet government standards in the aerospace sector, ensuring the Observatory's successful operation during its mission lifecycle. This specification is critical for government RFPs and grants, establishing performance benchmarks essential for technical compliance in future contracts.
Mar 17, 2025, 11:05 PM UTC
The Lawrence Livermore National Security, LLC (LLNS) has issued a Request for Information (RFI) and Rough Order of Magnitude (ROM) regarding the selection of a spacecraft bus in support of its proposal to NASA's Astrophysics Small Satellite Explorers (SMEX) Program. This RFI aims to gather preliminary cost estimates and technical details for the development of spacecraft intended to accommodate a LLNS-provided telescope. The mission is projected for a launch in June/July 2025, with potential contract awards in early 2026 and initial operations in 2026-2027. Key specifications include a requirement for boresight stability in the spacecraft bus, with up to three spacecraft potentially launching simultaneously into a 700km sun-synchronous orbit. Vendors are asked to provide cost estimates covering non-recurring and recurring engineering phases, technical details on spacecraft capabilities, and support for integrating and testing the payload. The document emphasizes adherence to NASA guidelines for proposal submissions, including detailed cost estimation, project management practices, and technical requirements necessary for successful launch and operational readiness. This RFI denotes LLNS's strategic planning phase, signaling potential future opportunities for selected vendors in aerospace development within the realm of astrophysics exploration.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Guided Missile and Space Vehicle Manufacturing
Buyer not available
The Department of Energy, through Lawrence Livermore National Security, LLC (LLNS), is seeking qualified subcontractors for the design, manufacturing, integration, and testing of spacecraft buses as part of the Guided Missile and Space Vehicle Manufacturing initiative. The selected subcontractor will be responsible for delivering three spacecraft buses, ensuring compliance with stringent quality control measures, and participating in various design and readiness reviews. This opportunity is critical for supporting NASA’s Astrophysics Small Satellite Explorers (SMEX) Program, emphasizing the importance of boresight stability and operational reliability for space missions. Interested vendors should contact Yvonne Garcia at garcia288@llnl.gov for further details and to discuss potential participation in this procurement process.
Development of Technology Mission Spacecraft Bus
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking information from potential sources for the development of a cost-effective technology demonstration mission spacecraft bus, with the goal of enabling the operation of multiple integrated technologies to collect performance data. The spacecraft is expected to launch between 2030 and 2032, with a mission duration of 8 to 12 months, and will require capabilities such as a 500 km sun-synchronous orbit, a payload capacity of approximately 1000 kg, and advanced communication and power generation systems. Interested parties must submit a capability statement by April 30, 2025, to Kathy Cooper at kathy.cooper@nasa.gov, and R. Jeremy Kenny at robert.j.kenny@nasa.gov, detailing their qualifications and ability to meet the specified requirements.
Space weather Observations at L1 (SOL) Series X-ray Irradiance Sensor (XRIS)
Buyer not available
The National Aeronautics and Space Administration (NASA) is preparing to issue a Draft Request for Proposal (RFP) for the Space Weather Observations at Lagrange 1 (SOL) X-ray Irradiance Sensor (XRIS) instrument, in collaboration with the National Oceanic and Atmospheric Administration (NOAA). This procurement aims to design, develop, and fabricate two XRIS instruments that will monitor solar activity, providing critical data for predicting solar energetic particle events and their potential impacts on Earth's infrastructure, including aviation and satellite communications. The anticipated contract, expected to be awarded in January 2026, will follow a full and open competition, with a performance period extending through January 2034. Interested parties should direct inquiries to Suzanne Sierra at suzanne.k.sierra@nasa.gov, and monitor the NASA procurement website for updates on the Draft RFP and submission timelines.
Commercial Low Earth Orbit (LEO) Destination Contract (CLDC) Sources Sought
Buyer not available
NASA's Johnson Space Center (JSC) is seeking information from potential sources for the Commercial Low Earth Orbit (LEO) Destination Contract (CLDC) as part of its initiative to transition from the International Space Station (ISS) to commercially operated space stations. The objective is to gather capabilities from a diverse range of businesses, including small and minority firms, to support the development of new LEO destinations and associated systems, which may include in-orbit destinations, visiting vehicles, and supporting launch vehicles. This effort is crucial for maintaining a continuous U.S. presence in space and ensuring safe, reliable access to critical systems. Interested parties are invited to submit capability statements by April 30, 2025, to inform NASA's acquisition strategy, with all submissions directed to Rogelio Curiel or Matthew Windemuth at jsc-cldc@mail.nasa.gov. This notice is not a formal solicitation, and no proposals should be submitted at this time.
Small Angle X-Ray Scattering Flight Tube
Buyer not available
The Department of Energy, through the Lawrence Berkeley National Laboratory (LBNL), is soliciting proposals for the design, manufacture, testing, and installation of a Small Angle X-Ray Scattering (SAXS) Flight Tube for the Advanced Light Source beamline 12.3.1. The project aims to create a vacuum-compatible structure approximately 4 meters long and 1 meter in diameter, which will facilitate the positioning of a detector and allow for translations in multiple directions within a vacuum environment. This procurement is critical for enhancing research capabilities at LBNL, ensuring compliance with safety regulations and the Buy American Act. Proposals are due by April 30, 2025, and interested parties should contact Brian Zatkow at bzatkow@lbl.gov or 510-495-2547 for further details.
SOURCES SOUGHT SPECIAL NOTICE 2025
Buyer not available
The National Aeronautics and Space Administration (NASA) Ames Research Center is issuing a Sources Sought Special Notice for potential partners interested in developing competitive proposals for various NASA Announcements of Opportunity (AOs) and Broad Agency Announcements (BAAs). The primary objective is to identify partners capable of conducting scientific investigations, research activities, and technology demonstrations that align with NASA's goals, as well as providing necessary flight hardware for these missions. This initiative is crucial for advancing NASA's exploration and research capabilities, particularly in areas such as planetary exploration and space science. Interested parties are encouraged to submit their responses, including relevant capabilities and partnership interests, to the designated contact at ARC-Sources-Sought@mail.nasa.gov, with responses accepted at any time and maintained for three years after receipt.
5X MISSION ASSURANCE SUPPORT SERVICES RECOMPETE
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals for the 5X Mission Assurance Support Services Recompete, aimed at providing specialized technical engineering services at the Jet Propulsion Laboratory (JPL) in La Canada Flintridge, California. This procurement is a total small business set-aside under NAICS code 541715, focusing on areas such as reliability engineering, quality assurance, and environmental assurance, with the intent to award multiple subcontracts for staff augmentation and task-based services. The selected contractors will play a crucial role in supporting JPL's in-house projects and missions, ensuring compliance with stringent safety and environmental standards. Proposals are due by April 18, 2025, with further inquiries directed to Tiffany Smith at tiffany.m.smith@jpl.nasa.gov or by phone at 818-354-1623.
Private Astronaut Missions 5 and 6 Flight Opportunities
Buyer not available
NASA's Johnson Space Center is soliciting proposals for Private Astronaut Missions (PAMs) 5 and 6, which will provide flight opportunities to the International Space Station (ISS) between May 2026 and mid-2027. The missions will accommodate a maximum of four private astronauts for a docked duration not exceeding 14 days, with specific restrictions on mission activities such as Extravehicular Activities (EVAs) and operation of ISS Robotic Systems. This initiative is part of NASA's broader strategy to commercialize Low Earth Orbit (LEO) and requires proposals to adhere to guidelines outlined in the NASA Research Announcement (NRA) Focus Area 4A. Interested parties must submit their proposals by May 30, 2025, at 4:00 PM Central Daylight Time, and can direct inquiries to Ashley Chaves or Elizabeth Kosobud via email.
The frequency synthesizer with operation frequency of 2200 to 2300MHz, was originally designed for the LCT2 transceiver by EM Research. 6 RF synthesizers to be procured
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure six frequency synthesizers with an operational frequency range of 2200 to 2300 MHz, originally designed for the Low Cost TDRSS Transceiver (LCT2) by EM Research. The procurement includes six units of the EM Research model HLX-2190-01 and six units of the LT-2300-03, both of which are programmable frequency synthesizers, aimed at enhancing telemetry capabilities within NASA's space program. The contract is set to be awarded as a sole source to EM Research, Inc., with performance obligations to be fulfilled at the Wallops Flight Facility (WFF) by June 30, 2025. Interested organizations must submit their capabilities and qualifications to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by 12 p.m. Central Standard Time on April 14, 2025, to be considered for this opportunity.
Evaluations, Assessments, Studies, Services, and Support (EASSS) 4
Buyer not available
The National Aeronautics and Space Administration (NASA) Langley Research Center is inviting proposals for the Evaluations, Assessments, Studies, Services, and Support 4 (EASSS 4) contract, aimed at providing essential evaluations and support for the Science Office for Mission Assessments (SOMA) and other designated NASA organizations. This procurement is structured as a small business set-aside competition under NAICS code 541715, with a Cost-Plus-Fixed Fee (CPFF) Indefinite Delivery/Indefinite Quantity (IDIQ) contract expected to span five years, with a total contract value ranging from $100,000 to $99.75 million. The selected contractor will be responsible for conducting various assessments, ensuring compliance with conflict of interest policies, and maintaining a Top Secret facility clearance, which underscores the critical nature of the services being sought. Proposals are due by April 28, 2025, and all inquiries should be directed to Sheryl Kopczynski at sheryl.c.kopczynski@nasa.gov by April 4, 2025.