Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2012 FBO #3851
SOLICITATION NOTICE

A -- Rapid Airfield Damage Assessment System (RADAS) – Sensor & Data Processing - Package #1

Notice Date
6/8/2012
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ESC - Electronic Systems Center, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
RADAS_6_8_2012
 
Archive Date
7/24/2012
 
Point of Contact
Bret Kreh, , Bahareh Haji-Saeed,
 
E-Mail Address
Bret.Kreh@hanscom.af.mil, Bahareh.Haji-Saeed@hanscom.af.mil
(Bret.Kreh@hanscom.af.mil, Bahareh.Haji-Saeed@hanscom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Copy of RADAS RFI that has all the details and tables. Request for Information: Rapid Airfield Damage Assessment System (RADAS) - Sensor & Data Processing Agency: Department of the Air Force Office: Air Force Materiel Command Location: ESC - Electronic Systems Center TITLE: Request for Information (RFI) in support of planning/acquisition strategy development for Rapid Airfield Damage Assessment System (RADAS). This Request for Information (RFI) is a Government effort in accordance with Part 10 of the Federal Acquisition Regulation to conduct Market Research to support potential future planning initiatives through data collection. This RFI is issued solely for information and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Furthermore, we are not at this time seeking proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government shall not be liable or suffer any consequential damage for any proprietary information not identified. Proprietary information or trade secrets should be clearly identified. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. The Air Force will not be obligated to pursue any particular acquisition alternative as a result of the RFI. Responses to the RFI will not be returned. Not responding to the RFI does not preclude participation in any future solicitation, if one is issued. BACKGROUND: The objective of the Rapid Airfield Damage Assessment System (RADAS) is to support post-attack recovery actions by rapidly assessing airfield damage and by identifying Minimum Operating Surface (MOS) /Minimum Airfield Operating Surface (MAOS) candidates for repair actions. RADAS will reduce the timeline required to assess airfield damage and restore airfield operations. RADAS will also reduce risk to personnel from unexploded ordnance by providing a stand-off capability for assessment to replace the current manual Airfield Damage Assessment Team (ADAT) process. Specific paved surface areas, such as runways and select taxiways are high priority attack targets which create a vulnerability to Air Force operations. This vulnerability is further amplified as the USAF moves to expeditionary environments, where airbases are increasingly exposed to enemy attacks. Recovering the airfield to support critical aircraft operations becomes a top priority subsequent to an attack. Hundreds of damage items may be found on an airfield following an attack. ADAT uses a process that prioritizes the necessary repairs in order of most pragmatic to resume aircraft operations. Typical airfield damage items from conventional weaponry are listed in Table 1. The RADAS capability commences when the attack is over and is completed when three alternative MAOS candidates are identified The RADAS capability includes the post-attack assessment of damage to runways, taxiways, ramps, and adjacent in-fields. See Table 2 for definition of areas to be assessed post-attack. The RADAS capability will: 1. Identify damage: a. Detect attack damage [craters, spalls, and camouflets] including the presence of unexploded ordnance (UXOs) b. Identify damage location - georeferenced locations of damage/UXOs c. Classify damage/UXOs classification, including size and type [crater, spall, camouflets, UXO]) 2. Report damage via a data interface to the government owned Geospatial Expeditionary Planning Tool (GeoExPT).Technical information for the GeoExPT data interface is implemented via Environmental Systems Research Institute (ESRI) Shapefile format; additional interface detail is identified in RADAS Requirement E1. The following step is included for clarity but will be performed by GeoExPT, which should be considered GFE for this RFI. 3. The GeoExPT Airfield Damage Importer module monitors a user-definable file folder for damage shapefiles and notifies the user of new damage shapefiles available for import. Table 1. List and Description of Airfield Damage Type Description Crater The pit, depression, or cavity formed in the surface of the earth by an explosion. It may range from saucer shaped to conical, depending largely on the depth of burst. Crater Diagram Crater in Concrete Spalls Pavement damage that does not penetrate through the pavement surface to the underlying soil layers. A spall damage area could be up to 1.5 meters (5 feet) in diameter. Spall fields are clusters of spalls within a defined area. Spall in Concrete UXO (Unexploded Ordnance) Explosive ordnance which has been primed, fused, armed or otherwise prepared for action, and which has been fired, dropped, launched, projected or placed in such a manner as to constitute a hazard to operations, installations, personnel, or material and remains unexploded either by malfunction or design. Bomblet fields are clusters of sub-munitions within a defined area. Unexploded Ordnance Camouflet Craters with relatively small apparent diameters but deep penetration and subsurface voids (in layman's terms, the munition punctures through the pavement surface and explodes in the base material). Note; munitions that penetrate the surface but do not explode will still be treated as a camouflet. Camouflet in concrete Table 2. Airfield Configuration definitions Airfield Configuration Apron/Ramp A defined area, on an airfield, intended to accommodate aircraft for the purposes of loading or unloading passengers or cargo, refueling, parking, or maintenance. Infield Areas (paved or unpaved) on the airfield encompassed (or surrounded by) other operational surfaces. The infield is measured from the edge of the shoulders or outer edge of the marking line if a shoulder is not present. Runway A defined rectangular area of an airfield, prepared for the landing and takeoff run of aircraft along its length. Runway width is typically measured from the outer edge of the load-bearing pavement on one side to the outer edge of the load-bearing pavement on the other side. Shoulders Prepared (paved or unpaved) area adjacent to the edge of an operational pavement. Shoulder width is measured from the outer edge of load-bearing pavement or outer edge of the runway markings to the edge of the shoulder. Taxiway A specially prepared or designated path, on an airfield or heliport other than apron areas, on which aircraft move under their own power to and from landing, takeoff, service, and parking areas. The width of a taxiway is measured to the outer edges of the load-bearing pavement, or to the edge of a marking in the case where the taxiway abuts another asset or where the taxiway utilizes existing pavements; either active, such as along an apron, or inactive, such as within the boundaries of a previous active runway. APPROACH: Currently the government is conducting an analysis of several modernization alternatives and comparative estimates of technical feasibility, performance, risk, and cost associated with the alternatives. In support of this activity, the government is requesting information from interested sources on approaches and possibilities that may be considered for upgrading the system. The information developed will be used by the study team to aid the government in defining its funding needs, technical approaches, and acquisition strategy to modernize or replace the system. The fundamental requirements are: (1) RADAS SYSTEM REQUIREMENTS Performance parameters for candidate RADAS systems are listed below A. Assessment Performance: A1. Shall conduct an initial survey to detect and identify damage items listed in Table 1 over runways, taxiways, and aprons in the RADAS timeline identified in B1. RADAS will assess Airfield infields and other surfaces after the initial survey is completed and while MAOS selection is occurring. 1. Shall conduct an initial survey of: a. A standard dual runway sized 12,000 feet by 150 feet each and b. Ramps, aprons and taxiways totaling 86,000 by 100 feet. 2. Shall additionally survey airfield infield areas within 100 feet of the edge of the of airfield operating surfaces totaling 110,000 linear feet x 100 feet. 3. Shall conduct initial survey and identify MAOS candidate(s) within 45 minutes after the airfield attack. Objective is 30 minutes. A2. Shall detect and identify 1. Craters: a. Shall detect craters on paved surfaces greater than or equal to 90 percent of the total number of craters. b. Shall detect craters on semi-prepared airfield surfaces greater than or equal to 80 percent of the total number of craters. c. Shall detect craters on airfield infield surfaces greater than or equal to 50 percent of the total number of craters. 2. Camouflets a. Shall detect camouflets on paved surfaces greater than or equal to 80 percent of the total number of camouflets. b. Shall detect camouflets on paved airfield infield surfaces greater than or equal to 50 percent of the total number of camouflets 3. Spalls a. Shall detect spalls on paved surfaces greater than or equal to 90 percent of the total number of spalls. Objective is 90 percent of the total number of UXOs. 4. Unexploded Ordnance a. Shall detect UXOs on Paved Surfaces greater than or equal to 80 percent of the total number of UXOs. Objective is 90 percent of the total number of UXOs. b. Shall detect UXOs on semi-prepared airfield surfaces greater than or equal to 80 percent of the total number of UXOs. Objective is 90 percent of the total number of UXOs. c. Shall detect UXOs on airfield infield surfaces greater than or equal to 50 percent of the total number of UXOs. Objective is 75 percent of the total number of UXOs. 5. UXO classification: a. Shall identify as a UXO. Objective is to classify UXO by major class category in accordance with the Airman's Manual: i. Class A - Large Bombs ii. Class B - Rocket and Missiles iii. Class C - Projectiles and Mortars iv. Class D - Landmines v. Class E - Bomblets vi. Class F - Rocket Propelled Grenades and Grenades A3. Shall measure apparent diameter of surface damage for camouflets, craters and spalls within 20 percent of actual diameter. Objective is to measure apparent damage of surface damage for camouflets, craters and spalls within 10 percent of actual diameter. Objective is to measure apparent diameter of a camouflets under a surface within 10 percent of actual diameter. A4. Shall locate damage by the center point of the object. A5. Shall provide horizontal positional accuracy of less than or equal to ten feet. Objective is horizontal positional accuracy of two feet. A6. Shall report location data in Mapping Grade precision using Latitude and Longitude. Latitude and Longitude shall be reported in degrees, minutes and decimal seconds in at least two digits of accuracy. A7. Damage Field locations such as crater, spall, or bomblet fields may be reported by the four major corners of a bounding area polygon. B. Timelines: B1. Systems requiring set-up shall be prepared and ready for use to include power up, and configuration of communications and computer equipment in less than 30 minutes. Objective is 10 minutes. C. Operating Environment and Human Factors: C1. Shall assess in day, night and civil twilight lighting conditions. C2. Shall operate in temperature conditions from -45 to +130 degrees Fahrenheit. C3. Shall be able to assess through obscurants such as fog, fog oil, and brass flakes. C4. Shall operate in relative humidity up to and including 100 percent. C5. Shall perform assessment through precipitation and accumulation of 1. Rain 0.3 inches per hour. 2. Snow accumulation of 3 inches per hour. 3. Dry and wet surfaces with water puddles C6. Shall be operable from a sheltered location near the airfield. Objective of being remotely operable from an installation operations center. C7. Shall be small-arms resistant and blast resistant. C8. Shall be capable of being operated and maintained (excluding depot-level maintenance) while wearing NBC Mopp 4 clothing for indoor and outdoor tasks. Shall be capable of being operated and maintained while wearing cold weather clothing for outdoor tasks or tasks performed in non-temperature controlled shelters. C9. Shall be capable of withstanding NBC decontamination. D. System Specifications: D1. Shall have radio frequency equipment configurable to a specified theatre. Objective is to have radio frequency equipment tunable to a specific theater. E. Data Standards E1. Shall provide processed sensor data to GeoExPT using ESRI Shapefile format. The minimal structure for the Shapefile format (i.e., the required.shp,.shx,.dbf files in the cluster) are used to convey damage geometry and attributes. The.dbf file includes Feature ID, Shape, ID, Resource n, Type id, and Media name. Auxiliary files are used to facilitate georeferencing include.prj,.sbn and.sbx files. (2) ADDITIONAL REQUIRED INFORMATION ON RECOMMENDED RADAS APPROACHES/SOLUTIONS (1) Describe currently available off-the shelf sensor solutions and give their specifications. Discuss how sensor technology or integrated sensor technologies (e.g., radio frequency, seismic/acoustic, electro-optical, etc) would be installed, employed and integrated into relevant platforms. Describe how fixed mount, vehicle mount or airborne mount (e.g., Remotely Piloted Aircraft (RPA)) platforms would be employed with the sensor system and what operator training/certification would be required for operations and maintenance. Describe major initial procurement and life cycle cost drivers associated with any proposed sensor(s) and platform(s). (2) Provide National Stock Numbers of sensor solutions and associated ancillary equipment for sensors that are already in the Government inventory. Give associated sensor pricing information that is listed in GSA Schedules, vendor catalogs, or publicly announced Government contracts. (3) Describe possible custom sensor solutions and provide specifications. Discuss how any custom sensor technology, or integrated custom sensor technologies would be installed and integrated into relevant platforms, (e.g., radio frequency, seismic/acoustic, electro-optical, etc) would be installed, employed and integrated into relevant platforms. Describe how fixed mount, vehicle mount or airborne mount (e.g., Remotely Piloted Aircraft (RPA)) platforms would be employed with the sensor system and what operator training/certification would be required for operations and maintenance. Describe major initial procurement and life cycle cost drivers associated with any proposed custom sensor(s) and platform (s). (4) Environmental Constraints. Provide any environmental constraints on the system or impacts to its performance, i.e., rain, fog, cold, heat, humidity, wind, snow, ice, etc. (5) Reliability, Maintainability, Availability (RMA). The government requests information which will assist with determining the sustainability of material solution concepts. Request any reliability, maintainability and availability data available. The following data would be of assistance: a. Maintenance Cycles and preventive maintenance: Provide information about any required periodic maintenance, calibrations or inspections required to support the system or subsystems. Examples include sensor calibrations needed at startup, or to maintain accuracy; preventive maintenance, lubrication, corrosion or damage inspection. Describe any required periodic heavy or depot maintenance, which would be performed away from the installed location or impact the system availability for use. How many hours per month? Averaged over one year? Does any of the preventive maintenance require system shutdown? If so, for how long? b. Mean Time Between Critical Failures (MTBCF) MTBCF is the measure of the average operating time between failures of mission essential system functions (critical failure). A critical failure will be considered an event where the RADAS system is not able to collect and process data to feed GeoExPT (also called a "downing event). c. Mean Time Between Failures (MTBF) MTBF is computed by dividing the total operating time by total number of corrective maintenance actions. Corrective maintenance actions are all actions performed to restore an item to a specified condition after an unscheduled maintenance event or failure (critical and non-critical). Corrective maintenance include, but not limited to, manually re-booting/reset of a processor or computer or operating system, localizing a problem, isolating a problem, disassembling a system, interchanging components, reassembling a system, aligning parts, and checking out a system. d. Mean Time To Repair (MTTR) MTTR measures the average corrective maintenance time in an operational environment. MTTR starts when the technician arrives at the system or equipment for on-equipment maintenance or receives the assembly, subassembly, module, or circuit card assembly at the off-equipment repair location. MTTR includes all maintenance done to correct the malfunction, including preparation, LRU access, troubleshooting, removing and replacing parts, repair, adjusting, and conducting functional checks. MTTR does not include maintenance, supply, or other delays. e. Mean Time To Restore System (MTTRS) MTTRS encompasses the time to repair (MTTR) and any other on-equipment activity to restore the system to an operational state from an unscheduled downing event. Generally MTTRS does include administrative and logistics delay time (ALDT). Here "Active MTTRS" is that portion for MTTRS does not include ALDT. f. Maximum Time to Repair (MaxTTR) The MaxTTR is based on the repair times following a log-normal distribution, where 95% of the repair times will fall within three times the MTTR. RESPONSES: Submission of Proprietary Information Caution: The government appreciates that interested firms may not be able to respond to this RFI without disclosing information deemed "proprietary". Data submitted in response to this RFI will be widely distributed and discussed within the government. It is the responsibility of Respondents to clearly mark submitted information with appropriate restrictive markings. Respondents are further advised that the government's analyses of your responses may require disclosure of your responses to Advisory and Assistance Services support contractor personnel. All members of the government/contractor team will be reminded of their obligation to protect such information to the maximum extent permitted or required by the Economic Espionage Act, 18 U.S.C. 1831 et seq., and other applicable statutes or regulations. In addition, Government members will be reminded of their obligation to afford protection under the Trade Secrets Act, 18 U.S.C. 1905. All support contractor members are required to protect the information by the terms of their contracts. The Government has also determined that the support contractor personnel have no organizational conflicts of interest that could adversely affect protection of the information. Responses should be no more than 15 single-spaced pages, 12 point Times New Roman font, minimum one-inch margins, in Micorsoft Word compatible format. Submit 2 hard copies and 1 softcopy. Responses to RFI shall be received No Later Than 30 calendar days, 1500 (EST), after posting of this announcement. All responses are to be unclassified. Classified responses, if required, must be coordinated before delivery with the listed Program Leads. Proprietary information will be accepted and handled appropriately. Responders should indicate which portions of their response are proprietary and should mark them accordingly. All correspondence and technical questions related to this matter should be e-mailed (preferred) or mailed to the Program Lead at: Bret Kreh, Sys Eng, DAF ESC/XRX 15 Eglin Street, BLDG 1607 Hanscom AFB, MA 01731 E-mail: Bret.Kreh@hanscom.af.mil Or Bahareh Haji-Saeed, Sys Eng, DAF ESC/XRX 15 Eglin Street, BLDG 1607 Hanscom AFB, MA 01731 E-mail: Bahareh.Haji-Saeed@hanscom.af.mil You may also submit supplemental hardcopy materials such as brochures, etc to the above identified Program Leads. Responses received after 30 calendar days after posting of this announcement may not be considered in the government's analyses. You may submit corporate expertise information if you would like to be considered a possible interested source.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/RADAS_6_8_2012/listing.html)
 
Place of Performance
Address: 15 Eglin Street, BLDG 1607, Hanscom AFB, Massachusetts, 01731, United States
Zip Code: 01731
 
Record
SN02770904-W 20120610/120608235558-d335c35de69553c58da7fbfd622e814f (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.