The RFP Database
New business relationships start here

CubeSat Propulsion System


Ohio, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation): CubeSat Propulsion System for AFIT

The United States Air Force, AFLCMC/PZIBC Base Support Contracting Branch, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources including Small Business (SB), 8(a), HUBZone, and Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. This Sources Sought Synopsis is published for market research purposes only, to identify potential sources capable of providing an IMF Nano Thruster that is capable of meeting all of the Air Force Institute of Technology's requirements. A draft Statement of Work is attached, dated 28 June 2019.


REQUIREMENTS:
1.1. Reliability: must be a commercially available system that has been flown successfully on orbit
1.2. Propellant: system must be an electric thruster using indium propellant
1.3. Performance and efficiency: System should provide a life-cycle velocity change (Delta-V) of at least 160 meters per second, plus margin, in a single module
1.4. The system must be compatible with the size, weight, and power constraints and interface requirements of AFIT's 6U CubeSat bus design:
1.4.1.1. Volume less than 1U (a 10-centimeter cube)
1.4.1.2. Mass less than 2 kg
1.4.1.3. Power: peak operational power usage of no more than 40W at 12 V
1.4.1.4. Data interface: RS-422 with a baud rate of 115200bps
1.4.1.5. Environmental qualification: must be capable of passing NASA GEVs standards to specifically include shock, separation reliability, TVac, and vibration
1.5. The system must be delivered with all user manuals and other applicable interface control documents in electronic and hardcopy form
1.6. The system must be delivered with flight software that supports simulation, integration, and customization
Please see the draft Statement of Work for the further details regarding the requirements for this acquisition. As a reminder, this is a draft which is subject to be changed.


The North American Industry Classification System (NAICS) code for this requirement is 336415 - Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing, with a size standard of 1,250 employees. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14.


The Air Force anticipates an acquisition for a Firm Fixed Price Contract, with an anticipated delivery of 10 weeks after contract award.


Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business program.


INSTRUCTIONS:


1. The information below provides a "Contractor Capability Survey" to allow you to document your company's capabilities in meeting these requirements.
2. If, after reviewing these documents, you desire to participate in the market research, please complete and return the Contractor Capability Survey below. Response format and due date information is specified at the bottom portion of this notice. Failure to provide a complete response may result in the Government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.).
3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged.


Questions relative to this market survey should be addressed via email to Hannah Wood, AFLCMC/PZIBC, at hannah.wood.3@us.af.mil by 3:00 pm EST, Friday, 12 April 2019.


CONTRACTOR CAPABILITY SURVEY:


Part I. Business Information:


Please provide the following business information for your firm:
Company/Institute Name:
Address:
Point of Contact:
CAGE Code:
Phone Number:
Email Address:
Web Page URL:


Based on North American Industry Classification System (NAICS) code 336415 with a size standard of 1,250 employees, please circle Yes or No as to whether your company is:


Small Business (Yes / No)
Self-Certified or Third Party Certified
Small Disadvantaged Business (Yes / No)
Self-Certified or Third Party Certified
8(a) Certified (Yes / No)
Self-Certified or Third Party Certified
HUBZone Certified (Yes / No)
Self-Certified or Third Party Certified
Veteran-Owned Small Business (Yes / No)
Self-Certified or Third Party Certified
Service-Disabled Veteran-Owned Small Business (Yes / No)
Self-Certified or Third Party Certified
Women-Owned (WO) (Yes / No)
Self-Certified or Third Party Certified
Economically Disadvantaged Women-Owned Small Business (Yes / No)
Self-Certified or Third Party Certified


Please indicate if your company is domestic or foreign owned (if foreign, please indicate the country of ownership).
Indicate if you are the manufacturer or provide the name and size of the manufacturer of the product(s) you will be supplying.
Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data. The Air Force will handle proprietary items in accordance with FAR 2.101 and 3.104.
Please provide recent sales history to commercial companies in order to determine commerciality.
Please provide a statement to acceptability of the following proposed provisions and clauses, as they are determined to be consistent with customary commercial practice.


Attention: Small business respondents who are interested in submitting a proposal as the prime contractor for this effort: The acquisition strategy for this requirement has not been decided; however, the Air Force is contemplating setting this acquisition aside for small businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of providing at least 50% of the entire scope of the CubeSat Propulsion System IAW attached Requirements Document, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.


Attention all potential respondents: If this acquisition is not set aside for small business, it is anticipated that the contract may contain a small business utilization requirement. Please provide feedback on what areas of this requirement are likely candidates for small business subcontracting.


Part II. Capability Survey Questions:


1. Name of country where manufacturing takes place.
2. Describe briefly the capabilities of your facility and the nature of the services you provide. Include a description of your staff composition and management structure.
3. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract number and date, a brief description, agency/organization supported, and point of contact name and telephone number.
4. Are there specific requirements in the documentation that we provide that would currently preclude your product/service from being a viable solution to our requirement?
5. Are there established market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences.
6. Describe your standard warranty and return process for goods and services furnished to the Government for items similar in nature to this requirement.


CAPABILITIES PACKAGE:


All interested firms shall submit a response demonstrating their capabilities to provide the requested items to the primary point of contact listed below. Any information submitted by respondents to this sources sought synopsis is voluntary. As stipulated in Federal Acquisition Regulation 15.201, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any information submitted by respondents to this sources sought synopsis is voluntary and will not be returned. The Government will not reimburse any costs incurred or associated with the submission of information in response to this notice. The decision to solicit for a contract shall be solely within the Government's discretion. Responses are limited to 5 pages and may be submitted electronically to the following email address: hannah.wood.3@us.af.mil in a Microsoft Word compatible format or mailed to AFLCMC/PZIBC POC: Ms. Hannah Wood, 1940 Allbrook Drive, Room 109, Wright-Patterson AFB, OH 45433-5344 to be received no later than by 5:00 pm EST, Wednesday, 24 June 2019. Direct all questions concerning this acquisition to Hannah Wood at hannah.wood.3@us.af.mil or 937-522-4550.


The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be solicited as full and open or set-aside for small business, or any particular small business program (e.g. SDVOSB, EDWOSB, HUBZone, 8(a), etc.).


Be advised that all correspondence sent via e-mail shall contain a subject line that reads "CubeSat Propulsion System ". If this subject line is not included, the e-mail may not get through e-mail filters at Wright-Patterson AFB. Filters are designed to delete emails without subject lines or with suspicious subject lines or contents. Attachments with files ending in.zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, or .xls documents are attached to email.


Attachment 1 -Draft Statement of Work - 28 June 2019


Hannah A Wood, Contract Specialist, Phone 9375224550, Email hannah.wood.3@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP