Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2011 FBO #3595
SOURCES SOUGHT

17 -- Expeditionary Airfield Sustainment Lighting System

Notice Date
9/26/2011
 
Notice Type
Sources Sought
 
NAICS
335129 — Other Lighting Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-11-RFI-7100
 
Archive Date
11/19/2011
 
Point of Contact
Michelle Prinston, Phone: 732-323-1192, Christine Sager, Phone: 732-323-1600
 
E-Mail Address
michelle.prinston@navy.mil, christine.sager@navy.mil
(michelle.prinston@navy.mil, christine.sager@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This Request for Information (RFI) is for information and planning purposes only and does not constitute a Request for Proposal. It shall not be construed as a commitment by the Government to award a contract as a result of this request for information. The Naval Air Systems Command (NAVAIR), Naval Air Warfare Center Lakehurst NJ (NAWCADLKE) is requesting information from industry in order to identify qualified contractors interested in the development, production, installation and support Expeditionary Airfield (EAF) Sustainment Lighting System (SLS). SLS is a modernization of the current EAF Hardwire Lighting System. The objective of this Request for Information (RFI) is to assess industry's ability to develop the SLS. Information provided in response to this RFI will be used by the government in the development of its acquisition strategy. Material identified as Company Proprietary provided in response to this RFI will be treated as such by the government. Note that this program requires access to Export Controlled Technical Data and any interested parties must have an active, approved DD Form 2345. A single, scalable airfield lighting system capable of supporting operations from the intermediate phase (24-72 hours) to the semi-permanent phase (72 hours and beyond), is the objective capability of the EAF community. The ability to install an airfield lighting system and remain installed and operable semi-permanently is desired. The EAF hardwire legacy lighting system has been in service for over 30 years and has reached a point of technological obsolescence leading to capability gaps and an inability of continued support. In order to address these issues, while still accomplishing the mission, the development of an SLS is being considered. The following are notional high level system requirements: - Capability of Category I Instrumented Flight Rules (IFR) and Visual Flight Rules (VFR) and non-precision IFR when appropriate. - The utilization of solid state lighting technologies when possible and identify technological challenges with such. - The following airfield lighting scenarios, should address: - Stand-alone vertical takeoff and landing (VTOL) site. - Intermediate (24-72 hour) VFR and limited IFR capable runway. - Sustained (semi-permanent) non-precision IFR capable runway. - Sustained (semi-permanent) CAT I IFR capable runway - Reduce the overall energy use of the lighting system where feasible in an expeditionary environment. - All aspects of the system must be fully compatible with Night Vision Devices. The following are notional logistics requirements: - Capacity to perform or partnership that allows: - Integrated Logistics Support, specifically supply support - Experience with DoD for technical data - Obsolescence management Future capabilities that will be studied are: heat management in order to support MV-22 and F-35B operations. Companies interested in participating in the SLS program are asked to respond to this RFI with a brief summary of their knowledge, capabilities and experience in the areas of: (1) Lighting (airfield) design, development, and testing; (2) DoD processes for acquisition of integrated systems; (3) lighting control systems and technology; (4) Expeditionary requirements; (5) modeling and simulation, and networks, including in testing; (6) control systems and instrumentation in harsh environments; (7) health diagnostic information systems; and (8) experience with software development and company CMMI certification. Respondents to this RFI should provide programmatic, technical and experience information on their ability to potentially design, develop, install and support an SLS for US Marine Corps Expeditionary Airfields. The SLS can be systems that are currently available as a commercial or non-developmental item that meets the requirements in this RFI, or systems and/or products in development that will meet the requirements stated in the RFI. NAVAIR would also like to gain insight from industry (primes and vendors) on several key areas to assist in SLS planning. Interested companies are encouraged to: A) Provide estimated Source Lines of Code (including new, reused, and modified) for software based on similar efforts and feedback on SLS system requirements. B) Provide feedback on alternative energy challenges, including but not limited to: airfield integration and scalability requirements. C) Provide the Technology Readiness Level (TRL) of the solutions solicited in this RFI. D) If the contractor can provide the entire capacity of SLS. If not, the contractor should identify what aspects of the requirement they would be capable of supporting. E) Provide business size to identify if small business sources exist. Specifically, small business size status (i.e. Small Business, Hubzone, 8(a), SDVOSB, etc) THIS IS A REQUEST FOR INFORMATION ONLY. It is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, a solicitation, or an indication that the PMA-251 Program Office or NAVAIR will contract for the items contained in the RFI. NAVAIR will not pay respondents for any information generated for or provided in response to this RFI. The Government will not reimburse the respondent for any costs associated with the information submitted in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. The Government will not release any information marked with a Proprietary legend, received in response to this RFI, to any firms, agencies, or individuals outside of the Government without written permission in accordance with the legend. Submit your response in a Microsoft® Word or compatible format document in no more than twenty single-sided, single-spaced pages, 12-point, Times New Roman font, using a minimum of one-inch margins. Responses to this RFI are requested by 4:00 PM on 4 November 2011. Specific questions should be directed to Michelle Prinston, Contract Specialist, Phone 732-323-1192 or Email michelle.prinston@navy.mil. Contracting Office Address: Primary Point of Contact: Michelle Prinston Contract Specialist michelle.prinston@navy.mil Phone: 732-323-1192
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-11-RFI-7100/listing.html)
 
Record
SN02592895-W 20110928/110926235850-965496414c3c8742e610a4cdb24818e9 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.