Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2012 FBO #3714
MODIFICATION

17 -- Expeditionary Airfield Sustainment Lighting (Integration)

Notice Date
1/23/2012
 
Notice Type
Modification/Amendment
 
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
N68335-12-RFI-7104
 
Point of Contact
Michelle Prinston, Phone: 732-323-1192
 
E-Mail Address
michelle.prinston@navy.mil
(michelle.prinston@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Request for Information (RFI) is posted as a follow on to RFI N68335-11-RFI-7100. This RFI is identical to N68335-12-RFI-7103 which has been simultaneously posted under PSC Code 62 (Lighting Fixtures & Lamps). This RFI pertains to the integration requirement for this effort. RFI N68335-12-RFI-7101 and its identical simultaneous posting N68335-12-RFI-7102 pertain to logistics and are posted separate from this posting. NAVAIR is requesting information from appropriate companies or parties currently capable of developing a Sustainment Lighting Program (SLP), as a prime system integrator for an improved Expeditionary Airfield (EAF) Lighting System that will provide the US Marine Corps (USMC) with Vertical Landing (VTOL), Intermediate Phase (24-72 hrs) and Semi-Permanent Phase (72 hrs+) Lighting. SLP must address a wide range of operational challenges within the expeditionary environments including the increase in state of the art lighting solutions for intensity in order to reduce power needs as well as wireless control. NAVAIR acknowledges that there most likely will not be a single solution within industry and the solution would then come several industry players teaming under that prime system integrator. This teaming concept would be encouraged if it were advantageous to fielding SLP expeditiously while meeting requirements. Experience with the DOD acquisition process and Systems Engineering process that accompany are highly viewed and will make it easier. Broad industry participation is desired but NAVAIR is keenly interested in designs that are currently in production or capable of rapidly entering into production. Delivery of a capability within six years would be required and within less than five years is highly desirable. To complete the study and consider programming initiatives in the fiscal year 2015 Program Objective Memorandum (POM), NAVAIR requires current industry sources and capabilities information. 1. PURPOSE: This notice is part of Government Market Research, a process for obtaining the latest information on the ‘art of the possible' from industry with respect to their current and near-term abilities. All company proprietary information contained in the response shall be separately marked. Any proprietary information contained in response to this request will be properly protected from unauthorized disclosure. The government will not use proprietary information submitted from any one firm to establish the capability and requirements for any future systems acquisition. 2. OBJECTIVES: The objectives of this Request for Information (RFI) are to identify responsible sources and interested parties who have proven solutions that can meet or exceed SLP requirements. For the purpose of this RFI, the term "proven" means solutions at a Technology Readiness Level (TRL) "6" or higher, preferably TRL "7" or higher that have been validated in their relevant or operational environment. Examples would be testing in a high fidelity laboratory which emulates the expeditionary (where Marines deploy) environment or actual system prototype testing in any expeditionary environment. 3. BACKGROUND: The mission of the NAVAIR EAF program is to equip the Marine Corps to support Naval Aviation with the flexibility and capability to rapidly deploy and establish survivable, self-sustaining airfields in austere, expeditionary operating environments. The EAF Concept is a shore-based, aviation weapons support system which permits deployment of landing force aircraft within effective range of ground forces. This concept allows for the construction of portable, reusable, forward-deployed airfields that can be assembled in a building block concept for the rapid introduction of air power. The EAF family of systems supports a myriad of airfield configurations, ranging in size and complexity from single-aircraft vertical take-off and landing (VTOL) sites, to short runways for tactical aircraft, to extended runways for heavy cargo lift, through the deployment of airfield surfacing systems, expeditionary arresting gear, airfield terminal guidance systems and airfield lighting and marking systems. The Sustainment Lighting Program (SLP) replaces the existing Legacy Hard-Wire Lighting System in the Marine Wing Support Squadrons of the Marine Aircraft Wing. The SLP will be employed to support flight operations at expeditionary/captured/host nation airfields. The SLP shall provide capabilities for permanent and expeditionary airfields throughout the Marine Corps and shall provide VFR and CAT I IFR. The SLP shall be a lightweight system with a minimal logistical footprint, and can be scalable, easily employed and maintained while taking advantage of energy efficient technology. The lighting system shall be scalable to allow for various operating runway lengths, taxiways and parking areas and meteorological conditions. 4. OPERATIONAL CONCEPT: The SLP systems must operate with the EAF system as described above. There are a wide range of missions and operational situations in which the EAF system shall operate. Three mission concepts are provided below as representative of the range and scope of EAF implementation: • Mission: Support VTOL sites and Forward Arming and Refueling Points (FARP) operations. The system can be installed and retrograded by two EAF Marines. • Mission: Support AM2, bare-based and host-nation airfields or Tactical Landing Zones (TLZ) up to 4,000 ft. The system can be installed and retrograded by six EAF Marines. • Mission: Support Category I IFR AM2, bare-base and host-nation airfields or Tactical Landing Zones (TLZ) up to 6,000 ft. The system can be installed and retrograded by ten EAF Marines. These missions shall be used to establish the physical context in which the SLP systems shall operate. This physical context shall help define the external interface required of the SLP to meet performance objectives. A VTOL Pad lighting system shall interface with the aircraft and surfacing system. A short term austere airfield for limited operations shall have additional external interfaces including maintenance personnel, airfield control and USMC mobile transport interfaces. The largest and most demanding over time is the Category I IFR airfield. Its elements are expanded interfaces including arresting gear and terminal guidance systems. 5. REQUIREMENTS: Following general, unclassified system requirements are applicable: The SLP shall be part of the EAF family of systems within the Marine Wing Support Squadron (MWSS) of the Marine Aircraft Wing (MAW). Depending on mission and environment, the current MWSS EAF lighting includes tactical, intermediate and semi-permanent systems per MCWP 3-21.1. A man-portable lighting system (0-24 hours) supports smaller short-term lighting requirements (tactical system), the Minimum Operating Strip Lighting System (MOSLS) provides a mid-term lighting capability (24-72 hours-intermediate system) and the semi-permanent Legacy Hard-Wire Lighting System (72 hours and beyond) provides capability for long term application. These latter two system capabilities, along with the added ability to provide long-term autonomous perimeter lighting for remote VTOL sites shall be incorporated in the SLP. Components of the SLP shall be employed to support both Visual (VFR) and Instrumented (IFR, Category I) flight operations at expeditionary/captured/host nation airfields throughout the world. The SLP shall include a number of different illumination sources as required to support runway, taxiway, approach, signage and obstruction applications. The illumination sources shall be sized to meet the respective application, and the composition of lighting components shall be scalable to allow for various operating runway lengths, taxiway and parking area sizes and meteorological conditions. The SLP shall have a minimal logistical footprint, be easily employed and maintained in an expeditionary environment, take advantage of energy efficient technologies, and include organic power sources to allow sustained operation. Applicable components shall withstand the heat signature of all US/NATO Aircraft (F-35B and MV-22), be compatible with all image intensification Night Vision Devices (NVD) systems (US and NATO), and be capable of remote control by both pilots and local EAF operators. 7. INSTRUCTIONS TO RESPONDENTS: Interested parties should provide capabilities, qualification statements, and examples that demonstrate their ability to satisfy the requirements detailed in paragraph 5 of this announcement. Companies or parties are to use a minimum number of pages to describe in detail the information requested and submit responses in Microsoft Office compatible electronic format. The page limit for responses is 20, 8.5" x 11" double-sided pages, including attachments, figures and/or drawings, and no smaller that size 12 font. Responses must include: A) Industry Point of Contact (POC) for technical and contractual issues to include name, position, telephone number, and e-mail address. B) Complete System Description C) Overall capabilities of the system as compared against Paragraph 5 Requirements. D) Technology Readiness Level (TRL) of the system with justification. E) Detailed information regarding the system capabilities/performance (prior testing, test reports, etc.). Responses to this RFI shall be transmitted electronically to Michelle.Prinston@navy.mil 8. DISCUSSIONS: One-on-one information gathering sessions with respondents are currently not contemplated. The Government may elect to conduct one-on-one discussions with industry based on its analysis of the RFI responses, the quality of submission and the specifications in the information provided. The Government is under no obligation to conduct these sessions. The Government does not commit to providing a response to any comment or questions. Any revision to this RFI based on comments received remains solely at the Government's discretion. These initiatives may ultimately result in the Government developing and issuing an RFP. The above information for source sought only. 9. SPECIAL NOTICE: Respondent's attention is directed to the fact that contractor consultants and advisors to the Government will review and provide support during review and evaluation of submittals. When appropriate, non-government advisors may be used to objectively review a particular functional area and provide comments and recommendations to the Government. All advisors shall comply with procurement integrity laws and shall sign Non-Disclosure and Rules of Conduct/Conflict of Interest statements. The Government shall take into consideration requirements for avoiding conflicts of interest and ensure advisors comply with safeguarding proprietary data. Submissions in response to this RFI constitutes approval to release the submittal to Government Support Contractors. Per FAR 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997): The Government does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. Although the terms "proposal" and "respondent" are used in this RFI, your response will be treated as information only and shall not be used as a proposal. Any proposed solution must meet all Operational, Safety, Suitability and Effectiveness (OSS&E) requirements mandated by the Department of Defense.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-12-RFI-7104/listing.html)
 
Record
SN02659555-W 20120125/120123234722-d603c3447d0e40531ace331820e70a7f (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  © 1994-2020, Loren Data Corp.