MODIFICATION
58 -- AV-8 Foreign Object Debris (FOD) Detection - Responses to Questions
- Notice Date
- 7/12/2017
- 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
- Government responses to Industry Questions INTRODUCTION The Naval Air Systems Command (NAVAIR) is 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. The objective of this effort is to reduce FOD rates and improve combat capability. The FOD Detection System will be used at Marine Corps Air Stations (MCAS) Yuma, AZ with an option in the future to include MCAS Cherry Point, NC. When installed at the airfield, the system shall be able to automatically detect and locate debris on runway and taxiway surfaces. The system shall be capable of monitoring for and reporting debris position locations using networked, high resolution, low power radar that does not interfere with airport communications, aircraft navigation, or surveillance systems. The system shall be capable of detecting cylindrical objects with a diameter of approximately 2" and a height of 1.5", or smaller and shall be optimized to detect common airfield hazards such as safety wire, nuts, bolts, rocks, and concrete debris. Your capability statement shall include an installation schedule that demonstrates your ability to rapidly deploy a fully functioning unit at MCAS Yuma, AZ by the end of Fiscal Year (FY) 2018 for testing purposes. The system shall be capable of providing both location and imaging of all debris to enable confirmation of correct and complete detection during location and removal. The system shall be capable of continuous monitoring of the desired areas and provide detection alerts to station personnel. The system shall be equipped with user adjustable filtering software capable of optimizing sensitivity for varying debris types and sizes. The system shall be capable of full functionality in all weather conditions, including wind, rain, and blowing sand as well as under all lighting conditions, natural and artificial. The Radar structures shall be repositionable for optimization on-site and must be able to operate with no airfield disruption. 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 capabilities and 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. Describe your capacity for this effort. Explain any element of this requirement (such as engineering, technical data development, testing, etc.) that your company either cannot perform or what capabilities must be established to accomplish tasks that result from the requirements. 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 proposed or 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 unit you proposed. 7. Provide a rough order magnitude estimate of the fully functioning unit that is proposed. 8. Please identify if the proposed unit is a commercial item. Upon evaluation of capabilities statements, if it is determined that this requirement will be an unrestricted competition, the Government may evaluate the Small-Business responses and conduct further market research to identify subcontracting goals. Your unclassified Capabilities Statement shall be submitted to the Contract Specialist, Duane Drury, in either Microsoft Word or Portable Document Format (PDF), via email at duane.drury@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 24 July 2017. All questions must be submitted via email to Duane Drury at duane.drury@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
- SN04576265-W 20170714/170712234622-66a002b9e69f0c82d58dbc80841a6650 (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 |