NASA Launch Services II 2024 On-Ramp
ID: RFP10-99-0021_Rev_SType: Presolicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA KENNEDY SPACE CENTERKENNEDY SPACE CENTER, FL, 32899, USA

NAICS

Guided Missile and Space Vehicle Manufacturing (336414)

PSC

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

    The National Aeronautics and Space Administration (NASA) is initiating an on-ramp opportunity for its Launch Services II (NLS II) contract, which remains open until June 30, 2030. This procurement aims to secure launch services from domestic providers capable of delivering payloads of at least 250kg to orbit, adhering to specific risk mitigation categories as outlined in NASA Policy Directive 8610.7D. The NLS II contract is critical for supporting NASA's missions by ensuring reliable access to space through certified launch vehicles. Interested parties must notify NASA of their intent to submit proposals by September 27, 2024, and provide details about their launch vehicle configurations and current flight manifest. For further inquiries, contact Jason R. Siewert at jason.r.siewert@nasa.gov or call 321-407-0250.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Safety and Mission Assurance Services (SMAS) II
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is preparing to solicit proposals for the Safety and Mission Assurance Services II (SMAS II) contract at the George C. Marshall Space Flight Center. This contract aims to provide a wide range of safety and mission assurance services, including system safety, reliability, software assurance, and quality engineering, supporting various NASA facilities such as Kennedy Space Center and Michoud Assembly Facility. The anticipated contract, valued at up to $488 million, will be a small business set aside with a single-award indefinite-delivery, indefinite-quantity (IDIQ) structure, and is expected to have an eight-year performance period. Interested parties are encouraged to submit comments on the Draft Request for Proposal (DRFP) by October 4, 2024, with the final RFP expected to be released on or about November 22, 2024. For further inquiries, contact Maranda McCord at maranda.b.mccord@nasa.gov.
    ANNOUNCEMENT OF PARTNERSHIP OPPORTUNITY (AoPO) CUBESAT LAUNCH INITIATIVE (CSLI)
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking partners for its CubeSat Launch Initiative (CSLI), an effort to boost STEM capabilities and offer launch opportunities for CubeSats. CSLI aims to support CubeSat missions that align with NASA's strategic objectives in education, science, and technology, with a focus on enhancing research and academic capabilities. These small satellites, measuring 10x10x11cm, are targeted towards educational and nonprofit organizations, with launches planned for the 2026-2029 period. Respondents must propose missions that adhere to specified orbit parameters and demonstrate educational or scientific value. CubeSats are an increasingly important tool for research, allowing for innovative experiments and technology demonstrations in low-Earth orbit. This initiative is an opportunity for selected organizations to collaborate with NASA, with the potential for significant workforce development and educational benefits. Proposals are due in November 2024 and must include detailed mission information, budgets, and schedules, with selections being notified in March 2025. Interested parties can find more details, including mission parameters and key dates, in the CSLIAoPO+FINAL-2024.pdf file.
    NASA SSC LN2 Specification Change
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking information from potential sources regarding a specification change for Liquid Nitrogen (LN2) at the John C. Stennis Space Center (SSC) in Mississippi. The agency aims to transition from the current MIL-PRF-27401H Type II Grade B specification to the CGA G-10.1-2023 Grade L, and is soliciting capability statements from all interested parties, particularly small businesses and historically underrepresented institutions, to assess competition levels and subcontracting goals. Interested vendors are invited to submit documentation and responses to specific inquiries by October 9, 2024, at 3:00 PM CT, with all communications directed to James "Tre" Hamilton at james.l.hamilton@nasa.gov. This opportunity is part of NASA's ongoing efforts to enhance its operational capabilities and is not a commitment for future procurement.
    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.
    Pre-Exploration Production and Operations Contract (Pre-EPOC) Evaluation and Readiness
    Active
    National Aeronautics And Space Administration
    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)
    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.
    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.
    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.
    NEXT GENERATION SCALABLE DATA ENGINEERING, OPERATIONS, AND INFORMATICS SUPPORT FOR OPEN SCIENCE (NEXT GEN)
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking proposals for the Next Generation Scalable Data Engineering, Operations, and Informatics Support for Open Science (Next Gen) initiative, aimed at enhancing its data science capabilities. This procurement focuses on providing resources to the Interagency Implementation and Advanced Concepts Team (IMPACT) in areas such as science informatics, machine learning, and scientific data management, with an emphasis on utilizing advanced techniques to maximize the scientific return from Earth science data. The contract will be structured as a total small business set-aside, with an estimated value of $76 million over a five-year period, from August 15, 2025, to September 30, 2030. Proposals are due by October 16, 2024, and interested parties should contact Brad Vest at Bradley.D.Vest@nasa.gov for further information.
    Preliminary Probabilistic Risk Assessment for the DragonFly mission in support of Nuclear Safety Databook
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking a contractor to conduct a Preliminary Probabilistic Risk Assessment for the DragonFly mission, specifically in support of the Nuclear Safety Databook. The objective of this procurement is to employ Bayesian statistical methods and reliability models to analyze launch scenarios, assess failure probabilities, and develop a comprehensive databook, particularly focusing on Chapter 8 regarding Accident Probabilities, which is critical for nuclear launch approval processes. This contract will be awarded on a sole-source basis to ASCA, INC, as they are the only provider capable of fulfilling these specialized requirements, with performance expected at NASA's Kennedy Space Center. Interested organizations must submit their capabilities and qualifications in writing to Sara Jusino-Terry by 12 p.m. Central Standard Time on September 20, 2024, to be considered for this opportunity.