Welcome to the Johnson Space Center International Space Station (ISS) Commercial Resupply Services...

Post on 27-Dec-2015

233 views 7 download

Transcript of Welcome to the Johnson Space Center International Space Station (ISS) Commercial Resupply Services...

Welcome to the Johnson Space Center

International Space Station (ISS) Commercial Resupply Services (CRS) 2

Industry Day

April 10, 2014Gilruth Center2:00- 4:30 pm 1

Welcome to the ISS CRS 2

Industry Day

Aneesah K. VaughnContracting Officer

2

Agenda

Speaker SubjectAneesah K. Vaughn

Contracting OfficerWelcome to Industry Day/Introductions

Debra L. Johnson, Director

Office of ProcurementWelcome

Michael Suffredini, Manager

International Space Station ProgramOrganization Vision and Objectives

Aneesah K. Vaughn

Contracting OfficerContract Overview

Marybeth A. Edeen

PDT ChairTechnical Overview

Charles T. Williams

JSC Senior Small Business SpecialistSmall Business Office

Aneesah K. Vaughn

Contracting OfficerTentative Procurement Schedule and Question/Answer Break

Answers to Questions and Industry Day Closing

3

Disclaimer• These slides are for information and planning

purposes only. No solicitation exists at this time.

• This presentation shall not be construed as a commitment by the Government or as a comprehensive description of any future requirements.

• If a solicitation is released, it will be synopsized in the FedBizOps website and on the NASA Acquisition Internet Service.

4

• Promote competition on the proposed acquisition

• Develop industry understanding of the Government’s current vision and objectives

• Provide industry with the opportunity to meet with the Government early enough in the procurement process to provide input into the CRS 2 procurement strategy

• Encourage offerors to submit questions and comments electronically via the CRS 2 website or in person during Industry Day• The Government will respond officially to all questions submitted by

posting them to NAIS and the CRS 2 procurement websites

Goals of Industry Day

5

Q&A Session

• After presentation there will be • 15 Minutes to submit questions

• Write questions on index cards and turn in at the sign in table• Lync participants submit questions via CRS2 website

• http://procurement.jsc.nasa.gov/crs2/questions.asp

• The Government will respond to questions that do not require additional research at the end of the break period. All responses to questions will be posted to the CRS 2 website.

6

Responses to Questions

• Verbal questions will be answered during Industry Day. Responses to verbal questions will not be considered official. The Government expects that verbal questions received from Industry will be followed up in writing.

• Questions submitted electronically and in writing will be answered and posted to the procurement website and will be considered official responses. If a difference exists between verbal and written responses to questions, the written responses shall govern.

7

Welcome

Debra L. Johnson, Director Office of Procurement

8

Vision and Objectives

Michael Suffredini, Manager International Space Station Program

9

• Program Vision• A world renowned laboratory in space enabling discoveries

in science and technology that benefit life on Earth and exploration of the universe.

• Program Mission• To advance science and technology research, expand

human knowledge, inspire and educate the next generation, foster the commercial development of space and demonstrate capabilities to enable future exploration missions beyond low Earth orbit.

International Space Station Program

10

• Commercial Resupply Services are critical to the execution of the ISS Program to provide crew supplies and research payloads to the ISS• MUST fly on-time• MUST provide flexibility for cargo manifesting• MUST be reliable

• Combination of upmass, volume and number of flights per year is critical to the success of the ISS program

• Research requirements to perform high quality science and technology development drive unique capabilities for the resupply service vehicles• These are critical for ISS to be a platform for discovery that will

improve life on Earth and allow us to explore beyond low Earth orbit

• External dependencies required to provide the service can limit the robustness of a solution • Political, social, economic or environmental impacts or events

that constrain the ability to meet these needs will be carefully evaluated for risk reduction approaches

International Space Station Program

11

ISS Flight PlanISS Flight PlanFlight Planning Integration Panel (FPIP)Flight Planning Integration Panel (FPIP)

(For Reference Only)(For Reference Only)

For current baseline refer to SSP 54100 Multi-Increment Planning Document (MIPD)

DC1 ↓

ISS Flight PlanISS Flight PlanFlight Planning Integration Panel (FPIP)Flight Planning Integration Panel (FPIP)

(For Reference Only)(For Reference Only)

For current baseline refer to SSP 54100 Multi-Increment Planning Document (MIPD)

Current Contract Overview

Aneesah K. Vaughn, Contracting Officer

14

• Request for Information (RFI) containing detailed information was posted to the CRS 2 website on 2/21/14

• Thank you to all that responded, the feedback that you provide is critically important in shaping our acquisition strategy and final requirements.

• We still need feedback in key areas of the procurement approach. This is CRITICALLY important in the development of the RFP.

RFI

15

Industry Day Overview

• The purpose of this Industry Day is to help industry understand the Government’s existing requirements and vision for the CRS 2 contract

• Questions concerning the way in which we conduct business today will be answered in the Question and Answer period

• A copy of this presentation and the documents referenced herein are posted on the CRS 2 website at: http://procurement.jsc.nasa.gov/crs2/

• A list of Interested Parties will be posted to the CRS 2 website

16

Current Contract Overview

• Contract Numbers: NNJ09GA02B & NNJ09GA04B • Prime Contractors: Space Exploration Technologies

(SpaceX) & Orbital Sciences Corporation (Orbital)• Contract Type: FAR Part 12 Commercial Services, Firm

Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ)

• Period of Performance: December 23, 2008 through December 31, 2015

• Services currently provided on contract include: Cargo resupply missions to the ISS for pressurized or unpressurized cargo delivery, disposal, return, or any combination thereof

• Each contract has a Not-to-Exceed (NTE) value of $3.1B

17

• Contract Line Items Numbers (CLINs)

• CLIN 0001 Standard Resupply Service• Sub-CLIN 0001AA Pressurized Upmass• Sub-CLIN 0001AB Unpressurized Upmass• Sub-CLIN 0001AC Return Cargo Downmass• Sub-CLIN 0001AD Disposal Cargo Downmass• Sub-CLIN 0001AE Mission Configuration Prices

• CLIN 0002 Non-Standard Services

• CLIN 0003 Special Task Assignments and Studies

Current CLIN Structure

18

• Solicitation Number: NNJ14ZBG007L• NAICS Code and Size Standard

‒ The NAICS Code is 481212 “Nonscheduled Chartered Freight Air Transportation”

‒ The size standard is 1500 employees‒ $28,000,000 annual receipts

• Period of Performance contemplated is 01/2015 to 12/2024• Contract Type: FAR Part 12 Commercial Services, FFP,

IDIQ• Multiple-Award• Full and Open Competition

Proposed Contract Overview

19

• Contract minimum order?• Optimal way of ordering services?• Alternative to the previously used $/kg by function approach

for CLIN structure? Especially with regard to the new needs described?

• Value to industry of contract unique features such as• On-ramp clause• Deviated changes clause

• Milestone Payment Structure?

One on One Feedback Requested

20

• CLIN 0001 Standard Resupply Services Mission• Basic mission defined as delivery of x kg and y volume of cargo to ISS with

some minimum services

• CLIN 0002 Other Service Capabilities• Sub-CLIN 0002 A1 Disposal of x kg and y volume

Addition of option 1 bundleAddition of option 2 bundle

• Sub-CLIN 0002 A2 Return of x kg and y volumeAddition of option 1 bundleAddition of option 2 bundle

• Other ideas?

Example Alternate CLIN Structure – Bundled Capabilities

21

Special Consideration

NOTE TO PROSPECTIVE OFFERORS

Prospective offerors are requested not to contact incumbent personnel (either directly or through electronic means) during duty hours or at their place of employment, as such contacts are disruptive to the performance of the current contract

Blackout notice will come out when RFP is issued and will affect contracts and Space Act Agreements

Technical Overview (Current and Proposed Contract)

Marybeth Edeen, PDT Chair

23

• Provide services for delivery of pressurized and unpressurized cargo to ISS and return or disposal of pressurized cargo and disposal of unpressurized cargo.

Current Contract

24

• ISS requires delivery of pressurized and unpressurized cargo, return and disposal of pressurized cargo, disposal of unpressurized cargo, and ground support services for the end-to-end resupply mission.

Proposed ContractAnticipated Requirements (1 of 7)

25

Delivery of 14,250 to 16,750 kilograms (kg) per year of pressurized cargo.•Typical cargo characteristics are provided in SSP 50833, Rev A. The accommodation of the highest number of cargo types described in the document is sought. •The typical volume of the mass of cargo quoted above is 55 to 70 cubic meters (m3) which must be accommodated. •The following items are included in the total upmass number but are large or unique items which may require special consideration.

• Delivery of 16-20 M01 bags per year.• Delivery of 32-40 M02 bags per year.• Delivery of 8-10 M03 bags per year.• Delivery of potable water for transfer to ISS.

Proposed ContractAnticipated Requirements (2 of 7)

26

The following items are included in the total upmass number but require additional support from the service provider which must be accommodated. All of these items require a launch minus 24 hour (L-24h) late load capability. •Delivery of 24-30 powered lockers per year. These lockers include but are not limited to freezers and animal transport units. Each locker requires continuous power of 55 to 120 watts at 28 volts, cooling and two-way communications services. Data services including continuous telemetry of pressurized cargo environments (loads, acoustics, pressure, temperature, partial pressure O2, partial pressure CO2, etc.) are required during pre-launch, launch, free flight and return phases of the mission. Provide for the recording and dump of Loss of Signal (LOS) data. •Delivery of 24-30 conditioned stowage bags per year. •Delivery of 20-25 Cargo Transfer Bag Equivalents (CTBEs) of passive (non-powered) cargo per year.

Proposed ContractAnticipated Requirements (3 of 7)

27

Delivery of 1,500 to 4,000 kg per year of unpressurized cargo comprised of 3 to 8 total items per year.

• Standard unpressurized payloads would make use of the Flight Releasable Attachment Mechanism (FRAM) interface or the JAXA Experiment Module-External Facility (JEM-EF) interface. Occasionally, on the order of 1 to 5 times over the life of the contract, the service provider will be required to provide unique Flight Support Equipment (FSE) to accommodate non-standard payloads in terms of size and mass. The weight of the FSE is included in the cargo mass above.

• Each unpressurized item requires continuous power of up to 250 watts at 28 volts and two-way communications services. Data services including continuous telemetry of unpressurized cargo environments (loads, acoustics, pressure, temperature, etc.) are required during launch and free flight phases of the mission.

• Spacecraft induced contamination on the unpressurized cargo is required to be less than 130 Angstroms per year.

• The ability to access unpressurized cargo at L-24h is required to allow for removal of optics covers and similar items.

• The ability to accommodate gaseous purges for unpressurized payloads as a non-standard service is required.

Proposed ContractAnticipated Requirements (4 of 7)

28

Return/disposal of up to 14,250 to 16,750 kg per year of pressurized cargo. This requirement is typically driven by volume limitations. It is not NASA’s intent to drive the size of the spacecraft return capability greater than the upmass requirement dictates.•Typical cargo characteristics are provided in SSP 50833, Rev A. The accommodation of the highest number of cargo types described in the document is sought. •The typical volume of the mass of cargo quoted above is 70 to 90 m3 because on orbit packing is less efficient than ground packing. •The following items are included in the total return/disposal capability required but are large or unique items which may require special consideration.

• Return/disposal of 16-20 M01 bags per year.• Return/disposal of 32-40 M02 bags per year.• Return/disposal of 8-10 M03 bags per year.• Disposal of urine or urine brine.

•The following items are part of the total return capability required but require additional support from the service provider.

• Return of 24-30 powered lockers per year. The same power and data services as described above are required for the return flight.

• Return of 24-30 conditioned stowage bags per year. • Return of 20-25 CTBEs of passive cargo per year.

Proposed ContractAnticipated Requirements (5 of 7)

29

Disposal of 1,500 to 4,000 kg per year of unpressurized cargo comprised of 3 to 8 total items per year. •Standard unpressurized cargo for disposal would make use of the Flight Releasable Attachment Mechanism (FRAM) interface or the JAXA Experiment Module-External Facility (JEM-EF) interface. Occasionally, on the order of 1 to 5 times over the life of the contract, the service provider will be required to support the disposal of non-standard payloads in terms of size and mass and unique flight support equipment may be required. The weight of the FSE is included in the cargo mass above.

Proposed Contract Anticipated Requirements (6 of 7)

30

Ground support services will be required for the end-to-end ISS resupply mission. •Standard services must be provided at the launch and landing sites for payloads and cargo processing. These could include off-line laboratories appropriate for support of life sciences and other research. NASA has appropriate laboratories which it maintains at the Kennedy Space Center (KSC) which will be made available if KSC is used as the launch or landing site. •Standard ground support equipment required to maintain, protect, and load pressurized and unpressurized cargo. •The service provider shall provide their own operations control center needed for launch and on-orbit operations.

Proposed ContractAnticipated Requirements (7 of 7)

31

The following section describes the preferred operations concept for the cargo services as a part of the overall ISS program.

Operational Concept Envisioned for the Service (1 of 4)

32

Services are required to be provided in 4 to 5 missions per year and the capabilities described previously are required to be distributed across the year. The following dates are the ideal dates based on other ISS vehicle traffic, crew rotations, beta cut-outs and research timelines. •For 4 missions per year, missions are requested to launch in the following windows:

• January 16-31• April 16-30• June 16-30• October 1-15• For 5 missions per year, missions are requested to launch as above with the addition

of a flight in the August 8-21 timeframe.

•NASA has a strong preference for use of existing launch facilities. •Mission mated capability must be 45 to 75 days.•A Launch on Need (LON) capability is required within 2 months of the previous flight.

Operational Concept Envisioned for the Service (2 of 4)

33

ISS interfaces•ISS interfaces are provided in SSP 50808, Rev. E, International Space Station to Commercial Orbital Transportation Services Interface Requirements Document.•ISS will maintain the capability to support a berthing and a docking capability as physical interfaces to the ISS. Service providers must be compatible with both prime and backup attachment ports. Berthing will be to a Common Berthing Mechanism (CBM). Docking will be to the new ISS Docking Adapter (IDA). If providers propose utilizing a docking capability to provide the cargo services, the provider should include a description and schedule associated with incorporating a docking system into their design. NASA prefers cargo vehicles to berth since some cargo items are larger than what can be accommodated through the docking adapter, for instance an M03 bag. If docking is proposed, the providers should consider methods of transferring cargo through the docking adapter. •Service providers will include the systems necessary to conduct rendezvous and proximity operations to the ISS and to support on-orbit attached operations. The provider shall use the Common Communications for Visiting Vehicles (C2V2) as the communication system to the ISS.

Operational Concept Envisioned for the Service (3 of 4)

34

Cargo delivery, loading, transfer, return packing, and unloading concept of operations•Cargo delivery and loading schedule

• 50% of the cargo will be provided for loading at Launch minus 30 days (L-30d). • 30% of the cargo will be provided for loading at L-7d.• The remaining 20% of the cargo (including the powered lockers, conditioned stowage, and passive cargo

described above) will be provided for loading at L-24h to L-48h. • The ability to remove or replace the powered lockers, conditioned stowage and passive cargo loaded at L-24

hours within a 24 hour launch scrub turnaround is required. • Designs which minimize the need for use of packing materials to meet a pre-defined configuration (such as

rectangular bags) are preferred.

•Cargo transfer concept of operations• Cargo which was loaded at L-24 hours shall be able to be transferred to ISS within 96 hours of the L-24 hour

handover. • Creative methods of packing, unloading and repacking should be considered to efficiently use on board crew

time. • End-to-end transfer of unpressurized cargo shall be accomplished with ISS robotics systems. Extra-Vehicular

Activity (EVA) shall not be required.

•Cargo return packing/unloading schedule• Cargo for return or disposal will be loaded as it is available on orbit.• The powered lockers, conditioned stowage and passive cargo will be loaded on orbit at undock minus 24 to 48

hours. • Post-landing, returned cargo designated as critical (which will be approximately 20% of the cargo and will include

most of the powered lockers, conditioned stowage and passive cargo) should be turned over within 6 hours of landing. Capabilities must exist to maintain spacecraft support services to the cargo until turnover to NASA.

• The remaining cargo must be returned within 2 weeks.

Operational Concept Envisioned for the Service (4 of 4)

35

• Clauses or requirements like DRDs to reduce or eliminate?• Changes to NASA insight and oversight?• How does our limitation on number of flights per year impact your

service capabilities understanding we want somewhat evenly distributed capability throughout the year?

• Which of the capabilities we are requesting adds significant complexity and which are simple “after market kits”?

• Does anything in the operational concept drive cost that we may need to do differently?

One on One Feedback Requested

36

Small Business Office

Charles T. Williams, JSC Senior Small Business Specialist

37

Industry Assistance Office Contact Information

• Charles T. WilliamsSenior Small Business Specialist

(281) 483-5933

• Kelly RubioSmall Business Specialist(281) 244-7890

• Main phone number: (281) 483-4512

• All emails should be sent to: jsc-industry-assistance@mail.nasa.gov

• Location:Building 1, Suite 453

• Address:NASA Johnson Space Center, Industry Assistance Office Mail Code: BA2101 NASA ParkwayHouston, TX 77058

Procurement Schedule and Q&A

Aneesah K. Vaughn, Contracting Officer

39

Tentative Procurement Schedule

• The Government does intend to issue a Draft Request For Proposal (RFP) • Request for Information 2/21/2014 • Release Draft Request for

Proposal (RFP) 05/2014• Release Final RFP 06/2014• Proposals Due 07/2014• Contract Award 02/2015

• A more detailed procurement schedule will be posted to the procurement website as soon as it is available

40

Q&A Session

• After presentation there will be • 15 Minutes to submit questions

• Write questions on index cards and turn in at the sign in table• Lync participants submit questions via CRS2 website

• http://procurement.jsc.nasa.gov/crs2/questions.asp

• The Government will respond to questions that do not require additional research at the end of the break period. All responses to questions will be posted to the CRS 2 website.

41

Question and Answer Period

42

One-on-One Communication with Industry

• 4/11/14, 8 am to 5 pm in designated meeting room

• No more than 4 individuals may represent any party or team of parties

• Only one meeting will be allowed

• Meetings will not exceed 35 minutes in length

43

HOW TO GET CONNECTED

• http://procurement.jsc.nasa.gov/crs2/

• NASA/JSC Business Opportunities Home PageSet up your user profilehttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73

• NASA Acquisition Internet Service (NAIS)http://procurement.nasa.gov

• JSC Procurement Websitehttp://procurement.jsc.nasa.gov/

• Industry Assistance – Bldg. 1 - JSC

44

Thank you for attending!

Visit:http://procurement.jsc.nasa.gov/crs2/

45