Posted: June 21, 2019, 2:00 p.m. EDT
NASA/Johnson Space Center is hereby soliciting information about potential sources, information to influence the Request for Proposal, and information concerning potential organizational conflicts of interest (OCI) issues for the Orion Main Engine (OME). The scope of work for the OME contract will include the development, build, testing, and delivery of the initial production OME as well as production of additional OMEs to support future Orion missions.
Note: The OME was previously called the Service Module Main Engine (SMME) in the Sources Sought notice (80JSC018SMME) posted on February 14, 2018.
Sources Sought Notice
The National Aeronautics and Space Administration (NASA) Johnson Space Center is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD- VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the small business subcontracting goals for the Orion Main Engine (OME). The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD- VOSB), or HUBZone business set-aside based on responses hereto.
This is a Request for Information (RFI) Statement of Work is for planning purposes only and is to allow industry the opportunity to submit responses describing their relevant capabilities for the OME Requirement.
This RFI contains two version of the Statement of Work (SOW). The document titled "Current - 80JSC019OME Draft SOW" is the SOW the government encourages the contractor to respond.The document titled "Info Only- 80JSC019OME Original Draft SOW" is for historical information only.
Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, or any category of small business*, number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). A breakdown for the estimate of the percentage of work to be performed by the following categories: prime contractor, each significant subcontractor(s), and for subcontractors or suppliers that support meeting small-business goals. Please identify the breakdown of small business subcontractors or suppliers by the following categories: small, small disadvantaged, 8(a), woman-owned or economically disadvantaged woman owned, veteran owned, service disabled veteran owned, sba certified historically underutilized business zone and historically black colleges and universities)/minority institutions.
Request for Information for Potential Request For Proposal
In addition to the data listed above, respondents are requested to provide the following information to assist in NASA's preparation of a potential future Request for Proposal (RFP).
Describe major independent research and development efforts your company has been involved with related to the OME requirement. In particular, describe the projects you have been involved in that are similar in concept to what is described in this notice, including previous work performed with NASA.
Describe and provide rationale for the desired contract type. If a hybrid contract type is recommended, provide a recommendation of when the transition of contract type should occur. Address any known risk and/or benefits associated with your recommended arrangement and provide any appropriate mitigation techniques. Specifically, identify risk associated with a Firm Fixed Price contract.
Provide ideas on ways NASA can incentivize a supplier to provide a safe, cost effective, and reliable engine.
Identify any barriers to competition.
Are there any limited rights data you plan on claiming for producing the OME? What percentage of your existing design would you use to produce the OME?
Provide the estimated yearly production capacity and estimated lead time for delivery of an OME. This should include an estimated cost break point for ordering multiple engines and delivery schedule.
NASA is seeking to develop an insight/oversight model that results in a reliable engine at a reduced overall cost (ex. reduced frequency of meetings, reduced data requirement documents (DRD), milestone deliverable/ payment approach). Provide suggestions for the appropriate level of NASA insight/oversight that will meet the overall goal of reducing cost.
Provide feedback on incorporating advanced control and monitoring technologies into the OME design for the purpose of reducing operational risk and improving safety and performance. What are the benefits of this type of advanced control monitoring technology and potential impacts to the current flight software and interface hardware?
Describe the safety,programmatic, and technical risks you consider to be the drivers from a program execution perspective and any mitigating actions that may be appropriate for NASA to consider in its planning.
Recommendation on the number of days required to develop a detailed proposal for evaluation.
Describe any alternative technical approaches NASA should consider that meet the intent of the OME requirements. What are the benefits of the proposed approach?
What are the significant requirements or DRD's that could preclude competition and increase cost and why?
What are key interfaces or requirements that increase cost of production or reduce competition?
Which of applicable documents is there an equivalent industry or company standard that NASA could consider accepting to meet the intent of the NASA Standard?
Request for Information Organizational Conflict of Interest
The nature of the work anticipated may create the potential for OCI as currently described in FAR Subpart 9.5. Each interested party should review FAR Subpart 9.5 in light of NASA's anticipation of OCI issues and consider carefully the extent to which an OCI may arise before making the decision to compete for the Orion Main Engine Procurement.
A link to the NASA Guide on Organizational Conflicts of Interest has been posted to the Orion Main Engine procurement website at: https://procurement.jsc.nasa.gov/ome/. Please reference this document for additional information about NASA's policies with respect to OCI issues.
Interested parties are requested to address the following questions:
1. What type(s) of OCI issues would your company or potential team identify, if any, should you choose to propose on the OME contract?
2. What strategies would you anticipate proposing to mitigate the OCI issues that you identified (if any)? Please provide strategy details, previous examples/experience with other contracts with NASA or other agencies, etc.
3. Does your company foresee any OCI issues associated with the OME that would cause you to decide not to propose on the potential OME RFP?
NASA will review any responses received regarding potential OCI and each offeror's proposed OCI mitigation strategy. NASA will respond to each company who submits a mitigation strategy.
NASA's response will simply be an attempt to examine circumstances which might lead to or eliminate an OCI and is not intended to serve as a confirmation that, in fact, all potential OCI have been identified, an OCI will ultimately exist, or that an interested party is capable of successfully eliminating or mitigating an identified OCI. NASA's response is also not intended to encourage or discourage any interested party from responding to an RFP issued for OME in the future. Furthermore, NASA's response in no way alters or interprets FAR 9.5 as it applies to a final statement of work or a final proposal submission, should an interest party elect to submit a proposal to an RFP for OME . Subsequent to the initial OCI submission and NASA's response, the Government will not consider further information as it relates to this RFI.
The documents on the NASA procurement website are for information and planning purposes, to allow industry the opportunity to comment, and to promote competition only. NASA will not affirmatively release any information received in response to this RFI to the public, but may use information received in developing the best approach for a contract strategy, and therefore such information may be recognizable to the interested party who submitted it. Any information submitted in response to this RFI that is marked as "Confidential Commercial or Financial Information" will be considered as voluntarily submitted in accordance with the Freedom of Information Act.
The Government intends to release the names, addresses, and points of contact of all respondents unless specifically requested not to do so by the respondent. All questions should be directed to the point of contact identified below. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government is under no obligation to issue a solicitation or to award any contract on the basis of this RFI. The Government will not pay for any information solicited under this RFI.
No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized on FedBizOpps. It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis.
This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement.
All responses shall be submitted to jsc-ome@mail.nasa.gov no later than July 22, 2019 at 4:00pm Central. Please reference 80JSC019OME in any response.
OBTAINING ACCESS TO EXPORT CONTROLLED CONTENT:
The RFI contains documents that are export controlled.
The following documents are referenced in the Statement of Work or OME Project Technical Requirement Specification and are export controlled:
GSDO-RQMT-1080, CROSS-PROGRAM CONTAMINATION CONTROL REQUIREMENTS
MPCV 70038, ORION MULTI-PURPOSE CREW VEHICLE (MPCV) PROGRAM HAZARD ANALYSIS REQUIREMENTS
MPCV 70043, FMEACIL Rev B ORION MULTI-PURPOSE CREW VEHICLE (MPCV) PROGRAM HARDWARE FAILURE MODES AND EFFECTS ANALYSIS/CRITICAL ITEMS LIST (FMEA/CIL) REQUIREMENTS DOCUMENT
MPCV 70059, ORION MULTI-PURPOSE CREW VEHICLE (MPCV) PROGRAM SAFETY AND MISSION ASSURANCE (S&MA) REQUIREMENTS
MPCV 70152, ORION MULTI-PURPOSE CREW VEHICLE (MPCV) PROGRAM: CREW INTERFACE LABELING STANDARD
MPCV 70156, Rev F CROSS PROGRAM FLUID PROCUREMENT AND USE CONTROL SPECIFICATION
MPCV 72506, Rev A ORION MULTI-PURPOSE CREW VEHICLE (MPCV) STANDARD FOR THE DESIGN AND FABRICATION OF GROUND SUPPORT EQUIPMENT
MPCV 72623, ORION MULTI-PURPOSE CREW VEHICLE (MPCV) PROGRAM: PROPULSION SUBSYSTEM BELLOWS ADDED MEASURES OF ROBUSTNESS (AMOR)
MPCV 72634, ORION MULTI-PURPOSE CREW VEHICLE (MPCV) PROGRAM ORION MAIN ENGINE PROJECT TECHNICAL REQUIREMENTS SPECIFICATION (PTRS)
MPCV_70068, ORION MULTI-PURPOSE CREW VEHICLE (MPCV) PROGRAM PROBLEM REPORTING, ANALYSIS AND CORRECTIVE ACTION (PRACA) REQUIREMENTS
To obtain access to the export controlled documents, follow the instructions below:
Individuals requesting access to the export controlled scientific and technical information must provide the following information to the Contracting Officer by email through an authorized manager of their company's Security or Human Resources Offices. That authorized individual shall verify that the information provided to NASA is correct, complete, and accurate. Companies are responsible for ensuring their compliance with all U.S. export regulations:
1) Full Company Name:
2) Company Address
3) Is this a corporation, business association, partnership, society, trust, or any other entity, organization or group that is incorporated to do business in the United States? Yes [ ] No [ ]
4) Commercial and Government Entity (CAGE) Code
5) Company Security or Human Resources Point of contact(s) providing/verifying information about the individual requesting access
a. Name and Title
b. Phone Number
c. e-mail
6) List the names of all individuals requesting access to the export controlled data including:
a. Name
b. the individual named above is [ ] or is not [ ] a U.S. person as defined in Title 22, Code of Federal Regulations, Section 120.15
c. If the individual is not a U.S. person what is their citizenship? _________
ALTERNATE 6b: Citizenship: Specify Citizenship [ ]
Non-U.S. Persons must list any other countries to which individual claims citizenship __________
List Place of Birth: _______________
All foreign nationals from designated countries covered by a Programmatic Technology Transfer Control Plan (P-TTCP) or requiring access to export controlled information are required to have an Individual Technology Transfer Control Plan (I-TTCP) with a Non-Disclosure Agreement (NDA). Foreign nationals from non-designated countries requiring access to export-controlled information covered by a P-TTCP are required to comply with the International Partner or Foreign National Certification contained in the P-TTCP.
Point of Emphasis:
The Company is responsible for ensuring compliance with the export regulations.