Pre-Exploration Production and Operations Contract (Pre-EPOC) Evaluation and Readiness
ID: 80MSFC23R0009Type: Presolicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA MARSHALL SPACE FLIGHT CENTERHUNTSVILLE, AL, 35812, USA

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: SPACE TRANSPORTATION/LAUNCH (V126)
Timeline
    Description

    Special Notice NATIONAL AERONAUTICS AND SPACE ADMINISTRATION Pre-Exploration Production & Operations Contract (Pre-EPOC) Evaluation & Readiness

    The National Aeronautics and Space Administration (NASA) is providing this special notice to enhance industry understanding of their ongoing Exploration Production and Operations Contract (EPOC) effort. The purpose of this contract is to transition the method of contracting for the Space Launch System (SLS) from procuring spaceflight hardware from multiple contractors to procuring SLS as a launch service from a single contractor. The EPOC Contractor, Deep Space Transport, LLC (DST), will be responsible for assuming design authority of the integrated SLS Vehicle, managing production and assembly of the SLS Vehicle, supporting cross-program integration activities, and performing post-flight assessments.

    To reduce risk in the transition to and implementation of the launch service provider model through EPOC, NASA has revised their contracting approach and introduced a longer-term preliminary contract called Pre-Exploration Production and Operations Contract (Pre-EPOC) Evaluation and Readiness. Under this contract, DST will begin performing programmatic and integration activities, demonstrate readiness to perform production and operations tasks, exercise management of the SLS technical baseline, and formulate the development of the EPOC Transition Plans. Pre-EPOC will also require DST to manage work across multiple Original Equipment Manufacturers (OEMs), demonstrate technical capabilities, and identify programmatic and cost efficiencies.

    The award of Pre-EPOC is anticipated in early 2024, followed by the award of EPOC closer to the beginning of major hardware production for Artemis V. NASA remains on track to have DST assume the long-term production and operations of SLS for crewed Artemis launches beginning with Artemis V. Market research is ongoing for Pre-EPOC and will continue ahead of any future EPOC procurement.

    For more information, please refer to the SAM.gov posting: [link]

    (Source: SAM.gov)

    Point(s) of Contact
    James S. Casper, Pre-EPOC/EPOC Lead Contracting Officer
    (256) 544-3294
    james.s.casper@nasa.gov
    Vanessa Bryant, Pre-EPOC/EPOC Branch Chief
    (256) 544-4335
    vanessa.bryant@nasa.gov
    Files
    Title
    Posted
    Similar Opportunities
    Notice of Availability -- Commercial Aerospace Opportunities at John F. Kennedy Space Center
    Active
    National Aeronautics And Space Administration
    Notice of Availability -- Commercial Aerospace Opportunities at John F. Kennedy Space Center The National Aeronautics and Space Administration (NASA) is seeking partners interested in developing commercial aerospace capabilities on vacant land at the Kennedy Space Center (KSC) in Orlando, FL. This notice replaces a previous notice and aims to promote the development of a healthy and robust United States commercial space sector. The specific land uses that NASA will consider under this notice include launch operations and support, assembly, testing, and processing, renewable energy, research and development, support services, vertical launch, and vertical landing. However, NASA has limited capacity for vertical launch and landing sites, so further competition may be conducted for this category of land use. Interested parties, including commercial, federal, and state organizations, as well as United States Commercial Providers, are invited to submit responses to this notice. NASA's objectives are to identify industry and non-federal public entities interested in partnering with NASA for land development at KSC, increase commercial access to space, enhance U.S. commercial competitiveness in the space launch industry, diversify the user base and operations at KSC, and promote partnerships that will build, expand, modernize, or operate aerospace-related capabilities at KSC. Respondents must ensure that proposed uses align with NASA's environmental stewardship practices and may be required to provide additional environmental analysis. It is important to note that NASA will not be responsible for the costs of a partner's land use development. Interested parties should submit responses by email, providing information such as organization details, specific real property and project requirements, proposed concept of operations, timeline, financial capability, and relevant information to achieve the objectives outlined in the notice. NASA will assess responses based on criteria such as compatibility with KSC uses and NASA missions, the proposed user's financial capability and past performance, and siting preferences. It is important to monitor the sam.gov website for any new or additional information related to this notice. This notice does not commit the Government to enter into any contract or agreement, and NASA will not pay for any information provided or administrative costs incurred in response to this notice. Proprietary information will be protected from public disclosure. For any questions or inquiries, interested parties should contact the designated points of contact listed in the notice.
    Next Space Technologies for Exploration Partnerships -2 (NextSTEP-2) BAA
    Active
    National Aeronautics And Space Administration
    Presolicitation NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking SPACE R&D SERVICES, SPACE FLIGHT, RESEARCH AND SUPPORTING ACTIVITIES, and BASIC RESEARCH. The purpose of this publication is to provide amendment 23 to the original pre-soliciation NNH16ZCQ001K and the following December 2023 Update. The NextSTEP-2 omnibus contract is being extended through 30 June 2024 to bridge the NextSTEP BAA while NASA finalizes its vision for the next iteration of NextSTEP. Due to SAM.gov system issues, the original pre-soliciation NNH16ZCQ001K was unable to be amended.
    TECHNOLOGY TRANSFER OPPORTUNITY: AERoBOND: Large-scale Composite Manufacturing (LAR-TOPS-357)
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market the AERoBOND technology for large-scale composite manufacturing. This technology offers a method for manufacturing composites at scale with the reliability of co-cure in a bonded assembly process. It utilizes novel epoxy and barrier ply layers to enable the bonding of large, complex composites without the need for redundant fasteners, reducing assembly time and cost. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). For more information, please visit the NASA Technology Transfer Portal. No follow-on procurement is expected from this notice.
    Draft Request for Proposal for NASA LARC Center Maintenance, Operations, And Engineering (CMOE) II
    Active
    National Aeronautics And Space Administration
    Sources Sought NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking input from interested firms for the Center Maintenance, Operations, And Engineering (CMOE) II follow-on procurement. The procurement is for technical services to support NASA/LaRC in the areas of institutional and research operations, maintenance, and engineering. These services include research facilities operations, central utilities operations, technology development/administration, research and institutional facility maintenance, and facility engineering. Interested firms are encouraged to submit a capability statement and provide input on the current contract structure, contract type, performance period, and strategies to advance Diversity, Equity, Inclusion, and Accessibility (DEIA). The estimated award date for this contract is on/about October 1, 2023.
    Atmosphere Support (ATMOS) Special Notice
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center is announcing a special notice regarding the Atmosphere Support (ATMOS) procurement. This opportunity aims to inform industry stakeholders about the anticipated acquisition schedule, including the release of a Draft Request for Proposal (RFP) on September 6th, with an eLibrary to follow, and an Industry Day expected around October 1st. The final RFP is projected to be released on November 1st, highlighting the importance of this procurement in supporting NASA's atmospheric research initiatives. Interested parties can reach out to Jeffrey Kirk at jeffrey.s.kirk@nasa.gov for further information.
    TECHNOLOGY TRANSFER OPPORTUNITY: Low Separation Force Quick Disconnect Device (KSC-TOPS-84)
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market the Low Separation Force Quick Disconnect Device developed by NASA's Kennedy Space Center (KSC). This device is designed for transporting pneumatic and cryogenic fluids and eliminates the need for heavy support structures by ensuring low separation force regardless of line pressure. It is particularly valuable for companies dealing with fluid connectors, especially in the aerospace sector. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). For more information, please visit the NASA Technology Transfer Portal. No follow-on procurement is expected from this notice.
    Sources Sought Notice 2024
    Active
    National Aeronautics And Space Administration
    Sources Sought Notice 2024 NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (NASA) AMES RESEARCH CENTER is seeking partners interested in developing competitive proposals for NASA Announcements of Opportunity (AOs), Broad Agency Announcements (BAAs), Missions of Opportunities (MoOs), and proposal calls from other government agencies. The center is specifically interested in identifying potential partners that can perform science investigations, conduct research activities, and develop and demonstrate new technologies aligned with NASA's goals. They are also seeking partners that can provide flight hardware necessary for implementing proposed science investigations, research activities, or technology demonstration missions. NASA often selects scientific investigations and technology development missions through solicitations or announcements posted on NSPIRES. ARC has a history of responding to various NASA AOs, including planetary exploration AOs, and anticipates responding to current and future AOs in these and other areas. They are interested in partnering with organizations that have expertise in spacecraft systems, payload instrumentation, payload delivery capability to planetary surfaces, scientific concepts, technology demonstration concepts, mission architecture, and integration with launch services. Interested parties should submit a brief response with relevant information.
    Spaceport Operations and Center Services (SOCS)
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is preparing to issue a Request for Proposal (RFP) for Spaceport Operations and Center Services (SOCS) at the Kennedy Space Center in Florida. The procurement aims to secure services related to the maintenance and operations of NASA facilities, infrastructure, utilities, logistics, and spaceport integration. These services are critical for supporting NASA's ongoing missions and ensuring the operational readiness of its spaceport facilities. The anticipated release date for the RFP is on or about August 29, 2024, with proposals due by October 31, 2024. Interested parties can reach out to Daniel Hinsley at ksc-socs-info@mail.nasa.gov for further information.
    2025 Request for White Papers: NASA SBIR Phase II Sequential Awards
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration is soliciting white papers for the 2025 Request for White Papers: SBIR Phase II Sequential Awards, aimed at small businesses with prior NASA SBIR Phase II awards. The initiative seeks to evaluate existing technologies that demonstrate potential for risk reduction and align with NASA's objectives, with funding amounts ranging from $2.5 million to $4 million for selected proposals. This opportunity is critical for advancing technologies in three specific Technical Need Areas (TNAs): Entry, Descent, and Landing Flight Instrumentation, Nuclear Electric Propulsion Subsystems, and Lunar Surface Power Management and Distribution Technologies. Interested firms must submit their white papers electronically by September 23, 2024, and can contact Kenneth E. Albright at kenneth.e.albright@nasa.gov or Steven Brockway at steven.m.brockway@nasa.gov for further information.
    FLIGHT DYNAMICS SUPPORT SERVICES (FDSS) IV - 80GSFC24R0027 elibrary
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center is seeking qualified contractors to provide Flight Dynamics Support Services (FDSS) IV under the solicitation number 80GSFC24R0027. The primary objective of this procurement is to deliver comprehensive engineering services related to flight dynamics, including mission analysis, trajectory design, and operational support for various NASA missions, particularly focusing on the On-orbit Servicing, Assembly, and Manufacturing (OSAM-1) mission and the Earth Observing System (EOS) missions. These services are critical for enhancing NASA's capabilities in satellite operations and ensuring the success of ongoing and future space missions. Interested parties should reach out to primary contact Jonnelle Goff at jonnelle.c.goff@nasa.gov or secondary contact Ricarda Mason at ricarda.e.mason@nasa.gov for further details. The contract is expected to have a maximum ordering value of $265 million, with the final Request for Proposals (RFP) anticipated around October 2, 2024, and contract awards planned by August 2025.