California Bids > Bid Detail

RFI - Payload Processing Facility Opportunities at Vandenberg Space Force Base, CA

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159211236718387
Posted Date: Mar 30, 2023
Due Date: Apr 15, 2023
Solicitation No: 20230328-PAYLOADPROCESSINGFACILITY-VSFB
Source: https://sam.gov/opp/3f31d8ea06...
Follow
RFI - Payload Processing Facility Opportunities at Vandenberg Space Force Base, CA
Active
Contract Opportunity
Notice ID
20230328-PAYLOADPROCESSINGFACILITY-VSFB
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFSPC
Office
FA4610 30 CONS PK
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Mar 30, 2023 08:21 am PDT
  • Original Response Date: Apr 15, 2023 04:30 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jun 27, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1PC - LEASE/RENTAL OF UNIMPROVED REAL PROPERTY (LAND)
  • NAICS Code:
    • 531190 - Lessors of Other Real Estate Property
  • Place of Performance:
    Lompoc , CA 93437
    USA
Description

1. The United States Space Force (USSF) Space Launch Delta 30 (SLD 30) hereby issues the following special notice.





2. The USSF recognizes there is a growing demand from the commercial, civil, and defense satellite sectors. The demand trajectory may soon outpace existing commercial and government capacity for space vehicle and payload processing. To address this processing demand, SLD 30 leadership has determined that increasing space vehicle and payload processing capacity at Vandenberg Space Force Base (VSFB) through the commercial industry would help this problem and benefit the DoD and public interest. In order to address this gap in capacity, the Department of Air Force (the “Air Force”), acting on behalf of the USSF, is encouraging greater opportunities between the USSF and commercial providers to construct and operate commercial payload processing facilities.



3. The purpose of this announcement is to formally seek interest from commercial space providers who desire to obtain a real property use agreement with the Dept of the Air Force (SLD 30) to conduct commercial space activities in furtherance of Title 51, Chapter 505 and 509. (Note: If selected, property shall be granted under the authority of 10 U.S.C. § 2667, Leases: non-excess property of military departments and defense agencies).



4. The SLD 30 is assessing commercial investment interest in potentially viable locations on North VSFB near the airfield that can accommodate payload processing operations, in furtherance of Title 51 Chapters 504 and 509.



5. Respondent commercial space providers shall be capable of achieving a favorable review by higher headquarters for execution a USSF Commercial Space Operations Support Agreement (CSOSA). A CSOSA is required to obtain a Department of the Air Force real property outgrant.



6. Respondent commercial space providers with an existing USSF CSOSA shall be in good standing with established space launch activities at either of the USSF space launch ranges. The “good standing” qualification is at the sole and absolute discretion of the respective installation commander



7. Respondent commercial space providers shall be capable of having private capital at risk with plans to invest private capital in space infrastructure. This investment would be solely for purposes of providing payload processing facilities and services to government and commercial space activities. The term "commercial" means having (A) private capital at risk; and (B) primary financial and management responsibility for the activity reside with the private sector (in accordance with 51 U.S.C. §50501(3)).



8. This announcement, and any response and selection thereof, is intended to satisfy the competitive procedures of 10 U.S.C. § 2667 (h). Selection of a respondent is no guarantee of an exclusive use lease. The Dept of the Air Force shall determine the terms of the real property use agreement in the best interest of the government.



9. Respondents shall provide the following information to the announcement POCs listed:



9.1 Administrative



9.1.1 Company name



9.1.2 Company headquarters business address



9.1.3 Point of Contact information (Name, Business Title, Phone, E-mail address)



9.1.4 Business profile (age and structure of company, principal ownership, number of employees, relevant financial information)



9.1.5 Business operating locations addresses other than company headquarters



9.1.6 Existing contracts with DoD or Non-Federal DoD entities (list all)



9.1.6.1 Contract #



9.1.6.2 Contract Title



9.1.6.3 Description of services provided



9.1.6.4 Government Contracting Officer contact information



9.2 Demonstrate relevant past performance in financing, design, construction, management, and operation of projects similar to the proposed project



9.2.1 Provide anticipated costs to develop and operate the project



9.2.2 Demonstrate Offeror’s financial capability (e.g. a general company business case or similar form of financial background summary) to accomplish the proposed development and subsequent operational use; identify potential sources of outside financing necessary to execute the project



9.2.3 A brief narrative detailing the marketing strategy for the proposed project. Identify which sectors of the space vehicle (SV)/payload market the project is targeting based on factors such as customer (Defense/Intelligence, Civil, and/or Commercial, other); payload/fairing sizes; fueling requirements; targeted relationships with specific SV customers/launch providers, etc.



9.3 Provide approximate month and year when the real property (land) is needed



9.4 Identify any condition or disclaimer of this announcement that is found unacceptable



10 Respondents must address the following items in its response:



10.1 Demonstration of maturity of designs/plans



10.2 Design and construction description (payload fairing size, encapsulation capability, space hardware transportation CONOPS, space hardware test operations, fuel type and quantities, payload/space vehicle processing plans, other information pertinent to payload processing site development)



10.2.1 Describe anticipated operating constraints such as noise, hazardous commodity setback requirements, safety constraints, oversized vehicle access, etc. that would impact siting near other facilities/operations



10.2.2 Concept of Operations for payload processing flow, anticipated annual throughput, accommodations for differing customer security requirements



10.3 Description of desired property (and alternatives)



10.4 Intended or planned use of the desired property



10.5 Demonstrate the technical and financial capability to begin processing operations within the next four (4) years or less



10.6 Demonstration of company operations maturity and/or prior experience



10.6.1 Demonstration of prior project development and operating capability at other DoD installation(s) or Major Range and Test Facilities Base (if any)



10.7 Road map/schedule to achieve initial operating capability at SLD 30, to include the NEPA process



11 Interested respondents are advised that SLD 30 has identified three potential properties that are likely to meet one or more of the following conditions:



11.1 Various states of geography and unknown geology



11.2 Property may require substantial investment, including site preparation, utility installation and/or improvements, environmental mitigation, etc.



11.3 Significant progress of National Environmental Policy Act (NEPA) compliance may have been accomplished



11.4 No existing or prior DoD Explosives Safety Board explosive site plan approval



11.5 The three sites that are all on North Base accessible to the runway are:



11.5.1 Site 1 is over 2,100 acres, NEPA has not been accomplished



11.5.2 Site 2 is roughly 70 acres, NEPA is nearly complete



11.5.3 Site 3 is roughly 25 acres, modest initial planning has been initiated



12 DISCLAIMERS:



12.1 This announcement is not a request for proposal, a request for quote, or a solicitation announcement



12.2 This is not an effort to acquire products, services, or technology



12.3 The Government will not pay or reimburse any costs associated with responding to this request



12.4 The Government is under no obligation to award a contract or allocate property because of this Request for Information



12.5 All costs associated with operating or developing property and capabilities on SLD 30 VSFB shall be borne by the commercial space provider



12.6 Unimproved property shall be granted under the authority of 10 U.S.C. § 2667, Leases: non-excess property of military departments and defense agencies



12.7 Property grant may require Fair Market Value rental payments (with 3% annual increments)



12.8 Property grant may require Payment-In-Kind in lieu of cash rental payments



13 RESPONSES:



13.1 Additional guidance – The points of contact shall not provide additional instructions or guidance other that what is provided in this notice.



13.2 Cover letter – Please provide a signed cover memo with your submittal on company letterhead. The memo should reference the sam.gov notice Title & Identification Number.



13.3 Format- The submittal format shall be in narrative form (in MS Word or PDF format) with supporting information such as pictures, diagrams maps, etc. embedded within the narrative or in a separate file (MS PowerPoint or PDF).



13.4 Email and/or File transfer service – Submittals shall be provided to the points of contact listed on this notice via email or web-based file transfer service. If needed, the points of contact can arrange file drop-off through the Department of Defense Secure Access File Exchange service (DODSAFE). Contact the POCs for further assistance with DODSAFE if needed.



14 Information contained in this announcement is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government.




Attachments/Links
Contact Information
Contracting Office Address
  • 1515 ICELAND AVE RM 150
  • VANDENBERG SFB , CA 93437-5212
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 30, 2023 08:21 am PDTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >