Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 04, 2016 FBO #5186
DOCUMENT

A -- Broad Agency Announcement (BAA) DTFACT-16-R-00023; Develop Light Emitting Diode High Intensity Runway Edge Light Fixture with InfraRed - Attachment

Notice Date
2/2/2016
 
Notice Type
Attachment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-610 CT - William J. Hughes Technical Center (Atlantic City, NJ)
 
Solicitation Number
DTFACT-16-R-00023
 
Response Due
2/19/2016
 
Archive Date
2/19/2016
 
Point of Contact
Karen Mercer, karen.mercer@faa.gov, Phone: 609-485-6747
 
E-Mail Address
Click here to email Karen Mercer
(karen.mercer@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
Amendment 1: *********CLOSING DATE HAS BEEN EXTENDED FOR ONE WEEK; ANNOUNCEMENT CLOSES 2/19/2016******** ********THIS IS AN URGENT REQUIREMENT******** Develop Light Emitting Diode High Intensity Runway Edge Light Fixture with InfraRed 1.Background: The Energy Independence and Security Act of 2007 will eventually phase out all incandescent lighting technology and as a result, incandescent technology will be replaced by light emitting diodes (LED) and other future lighting technologies. In addition, industry use of LED lighting technology for airfield ground lighting has been growing exponentially since 2002 because of its higher energy efficiency, lower maintenance costs, and many other advantages over incandescent. About 10 years ago, the FAA published a final rule permitting Enhanced Flight Vision System (EFVS) that detects Infra-red (IR), for operations to be conducted below DA/DH or MDA down to 100 feet above the touchdown zone elevation. In June 2013, the FAA published the Notice of Proposed Rule Making (NPRM) for public comment on Revisions to Operational Requirements for the Use of Enhanced Flight Vision Systems (EFVS) and to Pilot Compartment View Requirements for Vision Systems or EFVS for short. This revision is to expand the EFVS operations below 100 ft to touchdown. The FAA is currently working on the final rule for publication in the Federal Register. In 2008, the RTCA SC-213, Enhanced Flight Vision Systems and Synthetic Vision Systems (EFVS/SVS) committee took on the task to identify the IR amount needed for EFVS. After two years, they were unsuccessful in establishing the required amount of IR. In 2010, the SAE G-20 Committee was formed and originally tasked by AFS-400 to address the possible adverse impact to EFVS operations by transitioning airport approach and surface lighting systems from incandescent to LED s. The EFVS manufacturers addressed concerns about their equipment not being able to see an image on a Heads Up Display (HUD) of the approach LED lights or LED lights on the runway environment, due to little to no heat (IR) in the needed wavelength from LED s. Because of these concerns, FAA Office of Airports issued the guidance in the AIP handbook restricting the use of AIP funds for certain LED lights including LED Obstruction Lights, LED Approach Lights, and LED High Intensity Runway Edge Lights. But airport operators may still choose to use their own funds to procure LED lighting. To this date, the SAE G20 has not been able to identify the IR amount needed for EFVS. The Office of Safety and Standards (AAS) has been working closely with AVS, AFS and ATO to address challenges on the introduction of LED lighting into the airport environment. The narrowband spectral output of LEDs means these sources do not produce infrared (IR) energy (heat), which is a by-product of old incandescent technology. Traditionally, the NAS doesn t have a requirement for airport lighting to emit IR energy. Airport lighting standards are solely based on visual references (intensity, brightness, color, beam spread). However, in an attempt to lift the AIP restriction from funding LED high intensity runway edge light (HIRL) fixture, FAA L-862(L), an effort to develop a HIRL fixture with the necessary IR output is needed. Purpose: Develop an FAA L-862(L) with IR output by: 1.Identify requirements based on: a.Measure the legacy L-862 incandescent HIRL fixture IR output and IR beam pattern. b.Utilize the visual light requirements from FAA AC 150/5345-46 (current version), and FAA EB 67D. 2.Conduct Feasibility Study to determine: a.If an L-862 (L) can be developed to incorporate the required IR. b.If a standalone IR only emitter can be developed to meet 1.a above. 3. Submission Deadlines Phase I Technical summary proposals (see section 4) prepared in accordance with this announcement will be accepted within 30 days of Broad Agency Announcement (BAA) announcement. Upon request of the FAA, formal Phase II proposals shall be submitted within 60 calendar days after the date of the request. This request will be made via email. The overall BAA schedule is in the table below. Issue BAA Phase I White Papers SubmittedNLT 30 days from BAA announcement date Phase I White Paper EvaluatedWithin 20 days of receipt of white paper Phase I Notification/Request for Proposal15 days after white paper evaluation Phase II Proposal SubmittedWithin 90 days after RFP Phase II Proposal EvaluatedWithin 30 days after receipt of proposal AwardWithin 60 days of receipt of proposal, extenuating circumstances not withstanding 4. Submission Requirements This BAA is an expression of interest only and does not commit the Government to make an award. The FAA will not pay for any information received or for costs incurred in preparing the response to this BAA Announcement. Any costs associated with the BAA Announcement submittal are solely at the interested vendor s expense. All foreign owned companies are subject to forging disclosure review procedures. Only a Contracting Officer (CO) can legally authorize any expenditure or commitment by the US Government. No work is to begin without written authorization from the CO. The submission process is two-phased as previously described, with more detail below. Offerors will submit a three-page Phase I technical summary. The three page technical summary shall meet the requirements described below in paragraph 5. Offerors shall submit the Phase I technical summary to the following personnel email addresses: Visual Guidance Program Manager, donald.gallagher@faa.gov and Contracting Officer; karen.mercer@faa.gov. The Phase I technical summary shall be provided in Microsoft Word or PDF format. No later than 60 days after receipt of the three-page Phase I technical summaries, the FAA will respond to offerors in one of four ways: a.Request for the submission of a formal Phase II proposal. b.Recommendation to submit a formal Phase II proposal if certain changes are made or conditions met. c.Notification that the Phase I proposal was good but due to insufficient funding, a formal proposal request is delayed until funding becomes available. d.Rejection of the Phase I proposal and no request for a formal Phase II proposal. If requested by the FAA, the offeror may submit a formal Phase II proposal, containing a detailed discussion of the subject presented in the three-page Phase I technical summary. The formal proposal must address the requirements described in the Formal Proposal Requirements section of this announcement. The formal proposal must be mailed to the FAA to the address provided in the formal Phase II proposal request within 90 days of the request. An electronic copy must also be provided. 5. Three-Page Phase I Technical Summary Requirements There is no specific format for the three page technical summary. The summary may be preceded by a cover letter, but the cover letter will not be considered in the evaluation, nor will pages in excess of three be considered. At a minimum the summary shall contain the following items: a.The specific purpose of the proposed research; b.A description of the proposed research and the science of how and why it works; c.The current state of development of the proposed research; d.The estimated time it would take to complete the proposed research; e.A description of any proposed testing and evaluation procedures for the proposed research; and f.The estimated funds required for the proposed effort. 6. Formal Phase II Proposal Requirements Only offerors whose phase I technical summary is considered capable of meeting existing or future program requirements will be asked to submit a formal phase ii proposal. Request for submission of a full proposal does not guarantee award selection. Proposals shall be submitted in original, with the signature of an authorizing official, electronically and mailed to the address provided in the formal request letter. Proposal submission is not restricted in any way to any particular entity. Historically Black Colleges and Universities, Minority Institutions, Tribal Colleges and Universities, Small, Small Disadvantaged, Service Disabled Veteran Owned Small, HUB Zone Small, Veteran Owned Small, and Women Owned Small Businesses are encouraged to participate. The NAICS Code for this BAA is 541712. Submit Full Proposals in two (2) volumes; (1)VOLUME I TECHNICAL PROPOSAL, not to exceed forty (40) pages, should include the following: a.Offerors shall propose to the FAA a validation plan. b.Offerors shall propose steps to develop a FAA L-862(L) LED with an IR emitter, to be designated as L-862(L-IR) and to ensure their compatibility with aircraft currently equipped with EFVS. c.Offerors shall propose steps to develop a standalone IR emitters and to ensure their compatibility with aircraft currently equipped with EFVS. (2)VOLUME II - COST/FUNDING PROPOSAL. Cost/funding proposals are not restricted in length, and should address funding periods of performance. Formal Work Breakdown Structures (WBS) and certified cost or pricing data may be required, depending upon the type of contract utilized. Upon completion of negotiations and agreement on contract price, a Certificate of Current Cost or Pricing Data may be required. Furthermore, any offeror who is required to submit and certify cost or pricing data shall submit accurate, current and complete cost or pricing data from his prospective subcontractors. Offeror s proposals may be subject to audit for cost realism. Organize Cost/Funding proposals to include four (4) sections in the following order: Section 1 - Total Project Cost: This section will give a detailed breakdown of costs of the project. Cost should also be broken out for each task appearing in the Performance Work Statement (PWS) and should include all of the proposed costs to the Government and cost shared by the offeror. Present the following information for each phase of the effort: total cost of the particular project phase; total offeror cost share (mandatory for certain "other transaction agreements" see below); funding requested from the Government; and elements of cost (labor, direct materials, travel, other direct costs, equipment, software, patents, royalties, indirect costs, and cost of money). Sufficient information should be provided in supporting documents to allow the Government to evaluate the reasonableness of these proposed costs, including salaries, overhead, equipment purchases, fair market rental value of leased items, and the method used for making such valuations. Profit should not be included as a cost element if the contract type to be awarded will be cost sharing.. Section 2 - Cost Sharing and In-Kind Contributions (if any): This section will include: (i) the sources of cash and amounts to be used for matching requirements; (ii) the specific in-kind contributions proposed, their value in monetary terms, and the methods by which their values were derived; and (iii) evidence of the existence of adequate cash or commitments to provide sufficient cash in the future. Affirmative, signed statements are required from outside sources of cash. Provide sufficient information regarding the sources of the offerors cost share so that a determination may be made by the Government regarding the availability, timeliness, and control of these resources. For example: How will the funds and resources be applied to advance the progress of the proposed effort? What is the role of any proposed in-kind contributions? Section 3 - Cost to the Government: This section will specify the total costs proposed to be borne by the Government and any technical or other assistance including equipment, facilities, and personnel of Federal laboratories, if any, required to support these activities. The cost to the Government should be that portion of the proposed effort, which is not covered, by the contractor's portion of the cost share. The costs incurred and work performed by any DoD or national laboratory "partnering" with the offeror under the proposal shall normally be considered costs of the Government and not costs of the offeror for purposes of the cost-sharing requirement. Present sufficient information regarding the resources to be provided by the Government so that an evaluation of their availability, timeliness, and control may be made. Section 4 - Off-Budget Supporting Resources: This section will show cash or in-kind resources which will support the proposed activity but which are not intended to be included in the total project cost. Items in this category do not count as cost share or as Federal funds, which must be matched. Examples of items to place in this category include: Commitments of cash or in-kind resources from other Federal sources, such as national laboratories, and projections of fee-based income where there is substantial uncertainty about the level which will actually be collected and where the income is not needed to meet cost-share requirements. 7. Method Of Evaluation Proposals will be evaluated in the four technical areas listed in order of decreasing importance: a.Technical merit. b.Utility to the FAA Airport Safety Research and Development (R & D) program. c.Team competency and experience. d.Effective plan for project completion. Cost and cost realism will be evaluated as acceptable or unacceptable only. 8. Period of Performance: Proposals should not exceed $500K or longer than six months or they will be dismissed as non-responsive. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/23543 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/WJHTC/DTFACT-16-R-00023/listing.html)
 
Document(s)
Attachment
 
File Name: Business Declaration (doc) (https://faaco.faa.gov/index.cfm/attachment/download/61789)
Link: https://faaco.faa.gov/index.cfm/attachment/download/61789

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04008079-W 20160204/160202235226-d24552c2d0d24ffc0e6d0f00206672fe (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.