Guided Missile and Space Vehicle Manufacturing
ID: B669436Type: Sources Sought
Overview

Buyer

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

    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.

    Point(s) of Contact
    Yvonne Garcia
    garcia288@llnl.gov
    Files
    Title
    Posted
    The ARACHNE Spacecraft Bus Statement of Work (SOW) outlines the responsibilities and requirements for the subcontractor involved in designing, manufacturing, integrating, and testing the spacecraft bus. Under Lawrence Livermore National Security, LLC, the subcontractor is tasked with delivering three spacecraft buses and their payload integration while adhering to strict quality control measures. Key deliverables include development of parts lists, end-item data packages, and participation in multiple design and readiness reviews. The subcontractor must comply with extensive guidelines on materials, processes, and environmental testing to ensure optimal performance in space. Quality assurance provisions mandate a robust inspection system, part traceability, and a thorough nonconformance notification system. Regular status meetings and updates are to be held for progress tracking. The document serves as a foundational blueprint for the project, ensuring compliance with U.S. government standards and facilitating collaboration between contractors involved in space exploration activities. Overall, it underscores the commitment to high-quality aerospace development through rigorous oversight and systematic delivery processes.
    The Blue Canyon Technologies X-SAT SATURN Bus Requirements Specification outlines the technical requirements for the design, manufacturing, testing, and verification of a vendor bus that will support the Pandora Program, managed by Lawrence Livermore National Laboratory. It describes the integration of a payload, consisting of a Cassegrain telescope system along with multiple detectors and associated electronics, into an operational observatory. The specification includes mandatory parameters such as bus volume, orbit definitions (targeting a Sun-Synchronous orbit at 700 km altitude), and operational lifetimes (targeting a minimum of 26 months). Key functional components encompass fault management systems, telemetry capabilities, command and data handling protocols, and thermal management strategies, ensuring the observatory remains within operational temperature limits. Details regarding electrical power, mechanical interfaces, and environmental testing guidelines are also specified, emphasizing robustness against various operational conditions and ensuring compliance with safety and reliability standards. This document serves as a critical framework for potential vendors responding to the government's request for proposals (RFPs), ensuring all technical capabilities align with government regulations and mission objectives.
    This document outlines a Request for Information (RFI) from Lawrence Livermore National Security, LLC (LLNS) regarding the selection of a spacecraft bus to support a proposal to NASA’s Astrophysics Small Satellite Explorers (SMEX) Program. LLNS seeks Rough Order of Magnitude (ROM) estimates from potential vendors for spacecraft capable of integrating a 45cm telescope, anticipated to enter a sun-synchronous orbit at 700km. The RFI emphasizes the critical importance of boresight stability for the spacecraft's performance and requests detailed cost estimates for delivering one to three spacecraft, including all necessary subsystems and ground support equipment. The document outlines several key assumptions regarding mission design, including launch vehicle compatibility, mission duration, and required engineering modifications. Vendors are expected to provide technical write-ups addressing specifications such as payload capability and the operating environment. Additionally, the document sets forth requirements for documentation, including cost breakdowns, project timelines, and previous mission experience. The RFI serves as a preparatory step for LLNS in planning its competitive proposal and does not guarantee a subsequent RFP. Overall, it aligns with federal processes for soliciting input from industry stakeholders in anticipation of a future contract opportunity.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    GW ACSSL FY26 Dawn VME Chassis
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the GW ACSSL FY26 Dawn VME Chassis, a brand-name requirement under Request for Quotation (RFQ) 80NSSC26921020Q. This procurement is set aside for small businesses and falls under NAICS Code 334111, focusing on electronic computer manufacturing, with the goods intended for use in IT and telecom mobile device products. Quotes are due by December 17, 2025, at 1 p.m. CT, and must be submitted to Cara Craft at cara.s.craft@nasa.gov, with a requirement for quotes to remain valid for 30 days. Interested offerors must be registered on SAM.gov and comply with specific provisions regarding telecommunications equipment, as outlined in the RFQ documentation.
    U.S. Space Force (USSF) Space Based Interceptor (SBI) LOE 2M Request for Prototype Proposal (RPP)
    Dept Of Defense
    The U.S. Space Force (USSF) is seeking proposals for the Space Based Interceptor (SBI) Level of Effort 2M through a Request for Prototype Proposal (RPP) under the Department of Defense. This initiative focuses on developing kinetic midcourse solutions, with the intention to competitively award multiple fixed-price Other Transaction Agreements (OTAs) in accordance with relevant U.S. Code provisions. The SBI program is critical for enhancing the U.S. defense capabilities in space, and while this opportunity is not set aside for small businesses, participation from small and disadvantaged businesses is encouraged. Interested companies must submit requests for access to the RPP Bidders Library by December 15, 2025, and can contact Brent Jorgensen at brent.jorgensen.1@spaceforce.mil for further information.
    UPS Battery, UP, N1C.L48100EBM3U and N1C LR-Series 2000VA/1800W UPS, N1C.LR2000.
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking quotes for the procurement of two N1 Critical Technologies UPS Battery Modules (PN N1C.L48100EBM3U) and one N1C LR-Series 2000VA/1800W UPS Module (PN N1C.LR2000) for the Global Hawk project at the NASA Armstrong Flight Research Center in Edwards, CA. This procurement is set aside for small businesses and requires compliance with ISO 9001 and NASA Quality Document Q1-C, emphasizing the importance of quality assurance in the supply of critical aircraft parts. Quotes must be submitted by December 19, 2025, by 3:00 p.m. CT to laura.a.quave@nasa.gov, and should include the Cage Code, UEI number, anticipated delivery time, and any applicable shipping costs. Interested parties are encouraged to review the solicitation details and ensure registration at www.sam.gov to participate in this opportunity.
    National Security Space Launch (NSSL) Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp Request for Proposal (RFP)
    Dept Of Defense
    The Department of Defense, through the United States Space Force, is seeking proposals for the National Security Space Launch (NSSL) Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp Request for Proposal (RFP). This procurement aims to establish multiple award Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts for launch services, providing assured access to space for national security missions while maintaining affordability and competition among providers. The selected contractors will be responsible for delivering launch services for approximately 30 missions, with proposals due by 1500 Pacific Time on January 22, 2026. Interested parties should contact Kirsten Prechtl at kirsten.prechtl@spaceforce.mil or Nicole Balestreri at nicole.balestreri@spaceforce.mil for further information and to access sensitive RFP documents.
    Special Notice For Space Systems Command Strategic Services Vehicle (SSSV) Program
    Dept Of Defense
    The Department of Defense, through the Space Systems Command (SSC), is preparing to establish multiple Blanket Purchase Agreements (BPAs) for the Strategic Services Vehicle (SSSV) program, focusing on various advisory and assistance support services. The procurement aims to secure commercial services in areas such as Acquisition Support, Engineering Support, Financial Management Support, and Security Support, with an emphasis on small business participation, including set-asides for Service-Disabled Veteran-Owned and Woman-Owned Small Businesses. The estimated release for the next Request for Quotes (RFQ) is projected for the first quarter of calendar year 2026, with a total funding magnitude of approximately $188 million for Acquisition Support alone. Interested parties can reach out to Maria Jimenez or Capt Bryan Smith at ssc.esd.sssv-program@spaceforce.mil for further information.
    Enriched B4C Shielding Discs
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure Enriched B4C Shielding Discs, which are critical components for various aerospace applications. The procurement requires the supply of four hot-pressed boron-enriched boron carbide discs, with specific parameters including a 10-boron enrichment of greater than 96 at.%, a diameter of 3 inches (+/-0.050 in.), and a thickness between 0.008-0.015 inches, alongside a minimum density of 2.25 g/cc. The selected contractor, MILLENNITEK, LLC, will be responsible for delivering these specialized discs within six months of the award, and the procurement will adhere to FAR Part 12 and FAR Part 13 regulations. Interested organizations must submit their capabilities and qualifications in writing to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by 12 p.m. Central Standard Time on December 19, 2025, to be considered for this sole source contract.
    Fission Surface Power System - Technical Library
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Glenn Research Center is establishing a Technical Library for potential offerors interested in the Fission Surface Power (FSP) System Announcement for Partnership Proposals (AFPP). This initiative aims to advance fission surface power technology, which is crucial for supporting future lunar and Mars missions, thereby energizing the space industrial base for a sustainable lunar economy. The Technical Library will be periodically updated with essential documents and resources related to the FSP, and interested parties are encouraged to monitor the website for updates. For access to export-controlled content, requests must be submitted via the FSPS Export Control Request Form to the designated contacts, Matthew Evans and Linda Nabors, at their respective email addresses. This notice does not constitute a request for proposals, and no proposals should be submitted in response.
    M1/M3 Flexure Systems and Vacuum Chambers
    Energy, Department Of
    The Department of Energy, through the Lawrence Berkeley National Laboratory (LBNL), is soliciting proposals for the manufacture, assembly, and testing of M1/M3 Flexure Systems and Vacuum Chambers as part of the Advanced Light Source Upgrade (ALS-U) project. The procurement encompasses five flexure systems, two transport yokes, four vacuum chambers, and various subassemblies, with a focus on precision engineering and UHV compatibility for advanced scientific instrumentation. This project is critical for enhancing the capabilities of the ALS-U beamlines, which are essential for cutting-edge research in materials science and other fields. Proposals are due by January 12, 2026, with a pre-proposal conference scheduled for November 21, 2025, and interested parties should direct inquiries to Martha Grausz at mggrausz@lbl.gov or by phone at 510-486-6618.
    LaRC Altair Renewal
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to award a sole source contract for the renewal of Altair Units Lease and Maintenance for the Langley Research Center (LaRC). This procurement involves the lease of 60 Altair Units from the Enterprise Suite and 84 Altair Units for Mechanical Engineering, essential for ongoing research and development activities at LaRC, particularly due to the software's critical integration with other programs like LS-DYNA and Pro Engineer. The contract is set to cover the period from December 22, 2025, to December 21, 2026, and interested organizations may submit their capabilities and qualifications by December 16, 2025, to potentially influence the procurement process, although NASA retains discretion over the final decision. For further inquiries, interested parties can contact Stephanie Graham at Stephanie.n.Graham@nasa.gov.
    B--US Geological Survey (USGS) Landsat Next Mission Operations Center (MOC) Inform
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors to support the Landsat Next Mission Operations Center (MOC) through a Special Notice procurement. The primary objective is to ensure effective management of the Landsat satellite operations, which includes telemetry and command, orbit dynamics, data processing, and archive management, all critical for monitoring Earth's surface changes. This initiative is vital for maintaining a robust observational system that aligns with federal interests in environmental monitoring and data acquisition. Interested parties can contact Christopher Kuhn at ckuhn@usgs.gov or by phone at 703-648-7378 for further details regarding this opportunity.