SOURCES SOUGHT
59 -- Bridge Lightning Program Request for Information (RFI)
- Notice Date
- 9/15/2022 8:40:59 AM
- Notice Type
- Sources Sought
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N00024-23-R-4106
- Response Due
- 10/14/2022 7:00:00 AM
- Point of Contact
- Megan Johnson, Contract Specialist, Phone: 2027811086, Shaun Miles, Contracting Officer, Phone: 2027811376
- E-Mail Address
-
megan.e.johnson90.civ@us.navy.mil, shaun.c.miles3.civ@us.navy.mil
(megan.e.johnson90.civ@us.navy.mil, shaun.c.miles3.civ@us.navy.mil)
- Description
- THIS IS A REQUEST FOR INFORMATION. THIS IS NOT A REQUEST FOR PROPOSAL. The Naval Sea Systems Command (NAVSEA) is hereby issuing a Request for Information (RFI) from all potential sources, small-businesses, and large-businesses, to provide information regarding a commercial, modified commercial (non-developmental item), and/or non-commercial supply solution(s) to the below specifications/performance requirements: The Bridge Lighting Program�s objectives principally include resolving non-compliances with MIL-STD-1472H, DoD Design Criteria Standard for Human Engineering, in particular the requirements of subsection 5.18 addressing Controls, Displays, and Lighting in Ship Bridge Design. Such non-compliances have been identified as contributing factors to multiple surface force mishaps. An example of a key requirement is that ambient nighttime illumination for pilothouse operator primary positions not exceed 0.001 lux [threshold], or 0.0001 lux [objective].� The Bridge Light Program consist of near term and long term solutions broken into three phases: Phase 1 (current mitigation) Light Mitigation Kits (LMKs)/Task Lighting Fixtures (TLFs); Phase 2) Upgrade of Display performance; and Phase 3) Optimized Integrated Bridge compliant to MIL-STD-1472H .� This RFI is for Phases 1 and 2.� The Light Mitigation Kits (LMKs) consist of materials that can be overlayed, applied to existing display, indicator lights and other light polluting components to mitigate light pollution on surface ship bridges across the fleet.� Example components for the LMKs include but are not limited to various optical densities and sizes of Neutral Density filter material overlayed onto displays, disposable various stick on filtering materials, tapes that will not leave residue stick on glue, and other formed caps to cover various instrumentation., �used to reduce or eliminate Light Pollution associated with installed Bridge Equipment and other environmental light polluters. Application of these materials serves to reduce Light Pollution thereby creating greater situational awareness for crew members in a darkened Bridge environment. The Task Lighting Fixtures (TLFs) are intended to replace existing MIL-F-16377-16A fixtures currently installed on ships. The candidate solution would contain options for permanent bulkhead or tabletop mounting. The fixture would include a dampened mounted adjustment with the entire fixture capable of meeting all required MIL standards (Mechanical, Electrical, Vibration, EMI, Temperature, Shock, Safety and Noise)and therein specified qualification testing for certification and installation on board. The solution would be a light fixture similar in form, fit, and function to the existing fixture including a Light Emitting Diode (LED) configuration that would be adjustable for focus and intensity with a fixed array of LEDs. Upgrade of Display performance is focused on providing displays and indicator lights on the bridges across the fleet of surface ships that optimize adherence to MIL-STD-1472H.� The candidate display solution would consider functional domains related to Fleet Use Concept, User Interface Guidelines, Signal Processing, Display Technology, and Human Physiology Integration.� The solution hardware and/or software would be prototyped, integrated and tested on board DDG class ship and production of the tested components will be part of either �DDG class ship new construction or modernization The US Navy�s goals are to establish a tailorable standard mitigation solutions across all surface ship platforms.� The Bridge Light solutions will establish a near term and longer term� baseline for watchstanders throughout the fleet via either installation at new construction or during modernization. Generally, interested parties (hereon referred to as party/parties) are requested to provide information on their current supply that meets or beats the specifications/performance requirements listed within the specification details and/or provide information on the company�s capability (personnel, facilities, resources, technology, and expertise) to provide such supply. Specifically, parties are requested to provide the following information (as applicable): Company name Company address Primary company contact(s) and associated email addresses Company website Business size (small or large) for NAICS code 336611 (PSC 2090) Company's socioeconomic status (Woman-Owned, Veteran-Owned, HUBZone, etc.) Company CAGE Code Estimate delivery lead times of supply Equipment origin or place of manufacture Warranty information Experience performing analyses regarding Human Factors Engineering and/or Human Systems Integration Any other information deemed applicable by the interested party A PARTY�S SUBMISSION SHALL NOT EXCEED MORE THAN 20 WORD OR .PDF PAGES IN LENGTH AND BE NO LARGER THAN 7.5 GB. Parties are responsible for adequately marking proprietary and/or competition sensitive information that is contained within their submission. A party�s submission shall be delivered electronically either via encrypted email to Megan Johnson and Shaun Miles or via drop on DOD SAFE. If a party chooses the drop on DOD SAFE option, the party shall coordinate the �drop� with Megan Johnson or Shaun Miles, whereby one of them will provide a DOD SAFE link for the drop. The due date for submission is 14 October 2022 at 1000 ET. This RFI is for Navy informational/planning purposes only. This announcement is not a request for proposal; it does not constitute any form of solicitation and shall not be construed as a commitment by the Navy. A party submission is not an offer nor proposal and the Navy is under no obligation to make any form of award as a result of this announcement. No funds will be provided by the Navy to pay for preparation of submissions in response to this announcement. All responses to this RFI are strictly voluntary.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ec935071edaf4b258f68622b4f280e56/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06467795-F 20220917/220915230138 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |