MODIFICATION
58 -- AV-8 Foreign Object Debris (FOD) Detection
- Notice Date
- 4/4/2018
- Notice Type
- Modification/Amendment
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00019-17-R-1001
- Point of Contact
- Duane Drury,
- E-Mail Address
-
Duane.Drury@navy.mil
(Duane.Drury@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Systems Command (NAVAIR) is revising the Sources Sought for Solicitation N00019-17-R-1001, dated 30 June 2017, by seeking industry input for the most efficient and economical approach, including commercial off the shelf solutions, to reduce FOD (Foreign Object Debris) damage using an all-weather, automatic, Radar, FOD detection system to monitor runways, VTOL (Vertical Take-off and Landing) pads, and other critical aircraft operating surfaces with the following defined requirements: 1. Scope The contractor shall provide a turnkey, airfield debris detection system, to be installed and operated at military airfields for the United States Navy (USN) and United States Marine Corps (USMC), herein after referred to as the Government. 2. Objective The Government is seeking to develop a comprehensive method to mitigate gas turbine engine damage due to debris. An airfield debris detection system would serve as a hub to detect damaging objects, and report them to empowered users. The airfield detection system shall be capable of integrating additional debris management hardware, as they are developed (outside the scope of this acquisition). The Government is evaluating the capability of different airfield detection systems, and may award an initial contract to evaluate offeror solutions at an airfield (MCAS Cherry Point, NC or MCAS Yuma, AZ). 3. Specific Requirements 3.1 System shall demonstrate debris detection size vs time at a 90% and 95% POD (probability of detection) 3.1.1 In all weather conditions 3.1.1.1 Foreign Object (FO) detection systems must demonstrate the detection performance under both clear and inclement weather conditions. Under clear weather conditions, the pavement of the airfield operating surfaces are expected to be dry, while under inclement weather conditions the pavement will be wet with rain, snow, or mixed precipitation. The system is not expected to be tested with accumulation of snow, or in conditions that would preclude air operations. 3.1.1.2 The system shall be tested to detect objects under maximum (non-hurricane) rainfall conditions (e.g. having a specific intensity, duration, and frequency) 3.1.1.3 Provide the user with the amount of time required for the system to recover after inclement/adverse weather. 3.1.2 All systems must demonstrate detection and verification performance during daylight, nighttime, and dawn/dusk operations. 3.1.3 The system shall detect debris over the entire airfield, including runways, taxiways, aircraft parking aprons, Combat Aircraft Loading Areas (CALAs), fixed & rotary wing hot refueling pits; excluding infield areas, shoulders, (anywhere an aircraft operates, except hangars or enclosed spaces) 3.1.4 System shall be able to demonstrate quantitative effectiveness during a verification test. 3.1.5 The system shall be capable of continuous operation except as noted in paragraph 3.5. 3.2 Environment: FO detection equipment, including all associated outdoor mounted equipment, must be designed to withstand the following extreme climatic conditions and operate without damage or failure: 3.2.1 Weather: Ambient temperature range: -25 degrees F (-32 degrees C) to +125 degrees F (+52 degrees C) ambient outdoor air temperature. 3.2.2 Relative Humidity: 5% to 90%. 3.2.3 Precipitation: must operate in all levels of rainfall. 3.2.4 General Environment: Dust and airborne hydrocarbons resulting from jet fuel fumes. 3.2.5 System Components: Components must be protected from mechanical, electrical, and corrosion damage causing impairment of operation due to rain, sand, and grit. 3.2.6 Electrical Components: All electric motors, controls, and electrical wiring equipment placed outdoors must be weatherproof in order to protect the equipment and connections from the elements. 3.3 System shall not interfere with airport/aircraft operations and maintenance, including, but not limited to: 3.3.1 Communications. 3.3.2 Radar systems. 3.3.3 Aircraft schedules. 3.3.4 Surveillance systems. 3.3.5 Hazards of Electromagnetic Radiation to Ordnance (HERO) compliant (MIL-STD-464). 3.4 System reliability shall not inhibit airfield operations. 3.4.1 Operate with a 95% Mission Capable (MC) rate in conjunction with, and not interfere with, airfield and aircraft communication, navigation, and surveillance systems. 3.5 Operate with a 95% MC rate in conjunction with, and without interference from, normal airfield and aircraft operations (e.g., aircraft and vehicle movements). 3.5.1 Shall not require more than 2 hours of maintenance per month 3.6 System maintenance shall not inhibit airfield operations 3.6.1 Maintenance shall be performed on a non-interference basis (outside of airfield operating hours or during periods of low tempo flight operations as determined by the Airfield Operations Officer). 3.7 System shall be able to confirm debris (as defined in requirement 1) with multiple (more than one) detection methods. Provide an alert to the user when FO(s) have been detected. 3.7.1 The FOD detection system will alert the system operator to the presence of debris on all airfield surfaces and within scanned areas. The alert is expected to provide debris detection system operators with enough information to determine its location and effect its removal. 3.8 False alarms (an alert causing the airfield operator to take action to remove FO(s) that do not exist) should be minimized and shall not exceed: 3.8.1 Three per day as averaged over any 90 day period, for FO detection systems without visual detection capabilities. Note: Wildlife may move, or small items may be blown away, before airfield operators using these detection systems have a chance to investigate FO alerts. 3.8.2 Must be minimized to the maximum extent possible through software or system tuning/filtering. This must not adversely impact the overall detection and removal capabilities of the system. 3.9 The debris detection system must provide the accurate location information for a detected object (within 1 ft., and provide standard deviation at this threshold) of its actual location within the detection area. 3.10 System shall have growth potential to integrate multiple sources into a “system of systems” 3.10.1 Integrate other debris detection/mitigation systems, eg FOD trucks, FOD walks, debris blowers, etc. 3.11 System shall provide comprehensive visualization of debris across the airfield. Also, the system shall provide a data record of detected FO(s), allowing for equipment calibration and maintenance, and for analysis of the FO(s) collection event to include: 3.11.1 Current status. 3.11.2 Time history. 3.11.3 Integrate multiple sources of debris reporting. 3.12 System must be available for purchase within 30 calendar days of award with no more than minor modifications as addressed in the Commercial Items definition at FAR 2.101. 3.13 The system shall allow for user adjustment of debris sensitivity (type and size). 3.14 System shall have quantitative in-service statistics available to support claims of effectiveness and reliability. 3.14.1 Can be supported by testimonials/empirical data from in service users. 3.15 Contractor shall provide feasibility plan to develop a system with growth capability to be integrated into a deployable, tactical system for use in forward deployed, unimproved airfields and on board ships. 3.16 System shall integrate with existing airfield infrastructure with minimum modification. 3.17 System shall be capable of self-diagnosing and reporting faults 3.17.1 Alert user to fault in system that may be limiting capability. 3.18 System shall be fully supportable throughout the lifecycle of the system, to include: 3.18.1 Maintenance plan. 3.18.2 Deployed support. 3.18.3 Technical support for existing capabilities. 3.18.4 Operational plan (who uses the system and how). 4. Security: Only US citizens may be allowed to work on US military installations. It is the Government’s desire to have this system initially operating in Fiscal Year (FY) 2019. ELIGIBILITY The applicable NAICS code for this requirement is 334511 Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. The Product Service Code is 5840. Radar Equipment, except Airborne. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) It is requested that interested parties submit a capabilities statement of no more than fifteen (15) pages in length in Times New Roman font of not less than 10 pitch. All responses shall include company name, company address, and a Contracts main and alternate point of contact that are able to discuss the material submitted. Point of contact information shall include name, position, phone number, fax number, and email address. The capabilities statement shall demonstrate the company's ability to perform the services noted above through its response to the following items. 1. Describe your Company's ability to meet the above-specified requirements and provide relevant prior/current experience. For each experience referenced, please provide contract number, organization supported, the indication of whether performance was as a prime or subcontractor, contract value, Government point of contact with knowledge of the contract (if available), and a brief description of how the referenced contract relates to the requirements objectives herein. 2. Provide a statement whether your interest in this effort is as a prime offeror or to express interest regarding subcontracting possibilities. Are you currently capable of fulfilling the requirements in which you express interest? If not, describe any limitations your company may have for responding to these requirements. For example, if the unit proposed requires a license from the original equipment manager, provide details as to how your company relationships work and also include additional costs that may be associated with your business arrangement. Include courses of action necessary to overcome any limitations. Identify whether the limitation is based on cost, schedule or technical performance issues you feel should be considered. 3. Describe your Company's organization to include major products/services, primary customer base, number of employees, annual revenue history, office location, cage codes, statement regarding current Small Business Administration (SBA) business size and socio-economic classification under (small, small disadvantaged, service disabled, veteran owned, HUBZone, etc.). 4. Describe the required facilities for this effort to include area/ footage in/ and power requirements around the runway required to accommodate the radar structure and equipment, as well as detection monitoring facility requirements. 5. Describe the personnel/training required to support the installation, operation and maintenance of your system to include, but not limited to: contractor or Government monitoring personnel, maintenance and calibration personnel requirements. 6. Identify the risks and provide your solutions to technical, schedule and cost risks of the described unit. 7. Provide a rough order magnitude cost estimate of the fully functioning unit. 8. Please identify if the proposed unit is a commercial item. Your unclassified Capabilities Statement shall be submitted to the Contract Specialist, Martha Scott, in either Microsoft Word or Portable Document Format (PDF), via email at Martha.scott@navy.mil with a copy to Dan Gentry at William.Gentry@navy.mil. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. This request is for informational purposes only. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. The Government does not intend, nor is it under any obligation, to provide responses or comments on the submitted capability statement package. The NAVAIR Freedom of Information Action (FOIA) website is available at http://www.navair.navy.mil/foia. NOTE: Contractors must be registered in the System for Award Management (SAM) database to be eligible for award and payment from any DOD activity. Information on registration and annual confirmation requirements for SAM may be obtained by calling 866-606-8220, or by accessing the SAM website at https://www.sam.gov. Also, should the Government release an RFP for this effort, the successful offeror will be required to register for access to Wide Area Workflow (WAWF) for invoicing and payment by NAVAIR. Information on self-registration for WAWF can be obtained at https://wawf.eb.mil, additional support concerning WAWF can be accessed by calling the NAVY WAWF Assistance Line 866-618-5988. The deadline for response to this request is 27 April 2018. All questions must be submitted via email to Martha Scott at martha.scott@navy.mil and Lucas Horan at lucas.j.horan@navy.mil, with a copy to Dan Gentry at William.Gentry@navy.mil. No questions will be accepted by phone. Government responses to submitted questions will be posted on FedBizOpps. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-17-R-1001/listing.html)
- Place of Performance
- Address: Yuma, Arizona, United States
- Record
- SN04877665-W 20180406/180404230953-77a579a50ec548f1a5f319cc70152cc2 (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 |