Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2013 FBO #4180
SOLICITATION NOTICE

62 -- Expeditionary Airfields (EAF) Sustainment Lighting System (SLS)

Notice Date
5/3/2013
 
Notice Type
Presolicitation
 
NAICS
335129 — Other Lighting Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-13-R-0028
 
Archive Date
6/4/2013
 
Point of Contact
Shanna Cermak, Phone: 7323231576
 
E-Mail Address
shanna.cermak@navy.mil
(shanna.cermak@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center Aircraft Division Lakehurst, NJ intends to release a DRAFT Request for Proposal (RFP) for the successful design, development, integration, test, qualification, and production of a Sustainment Lighting System (SLS) for the United States Marine Corps. The mission of the NAVAIR EAF Program is to provide the Marine Corps with the equipment necessary to support the rapid deployment and establishment of self-sustaining airfields in austere, expeditionary operating environments with minimal infrastructure. This capability is achieved through the installation of one or more EAF subsystems, which include airfield surfacing systems, expeditionary arresting gear, terminal guidance systems and airfield lighting and marking systems. Headquarters Marine Corps has identified the need to replace legacy EAF airfield lighting systems in order to increase operational capability. Presently fielded EAF airfield lighting systems are not capable of supporting runway operations in Category I (CAT I) Instrument Flight Rules (IFR) metrological conditions, and a need exists to improve compatibility with Night Vision Devices (NVD) at both runways and Vertical Takeoff and Landing (VTOL) sites. The SLS shall be comprised of two individual, but interoperable, airfield lighting modules to appropriately scope the capability and optimize the equipment necessary to meet the diverse operating needs of Marine Aviation during deployments and at garrison training sites. These two modules and their contents are described as follows: • VTOL Module shall provide the components necessary to support nighttime vertical lift aircraft operating in Visual Flight Rules (VFR) meteorological conditions at remote sites and within an airfield complex without the need for an external power interface. The VTOL Module consists of edge lighting, wind indication and controllers (both portable and pilot-activated). • Runway Module shall provide the components necessary to define the operating surface of a 6,000 foot long bi-directional runway and its associated taxiways, in addition to providing visual approach aids, wind cones, informational lighting and signage, and controllers. The Runway Module shall provide additional runway edge lighting and associated cabling and hardware to expand the runway by up to 2000 feet in length as a separate package. The composition of components must allow for system installations to be scaled for different airfield dimensions and for the ability to continue aircraft launch and recovery operations as meteorological conditions degrade. The Runway Module shall include three approach light systems in order to support runway operations in VFR, Non-Precision IFR, and CAT I IFR meteorological conditions, as defined by the Marine Corps below: VFR 1000 foot ceiling, 3 statute mile visibility Non-Precision IFR 250 foot ceiling, ¾ statute mile visibility CAT I Precision IFR 200 foot ceiling, ½ statute mile visibility In addition to the above requirements, the DRFAFT RFP will also include production options to procure Runway Modules, VTOL Modules and a Schoolhouse Runway Module, as well as options for the procurement of training and associated data, operations manuals and data rights. These options may be exercised at the Government's discretion. The Government intends to procure the above items under a full and open competition, resulting in a single award being made. All contractors seeking award must be registered in the System for Award Management (SAM) Database. The Statement of Work (SOW), Specification and all Attachments/Exhibits will be available, upon request, when the draft solicitation is released. Upon release of the draft solicitation, please contact Shanna Cermak at shanna.cermak@navy.mil to request of copy of aforementioned documents. In addition to being on the Federal Business Opportunities (FedBizOpps) website, the draft solicitation will also appear on the NAVAIR homepage located at http://www.navair.navy.mil/doing_business/open_solicitations/. Select "Business", then "Doing Business with Us", and finally "Open Solicitations". The draft solicitation will be posted to FedBizOpps and the NAVAIR Web Site on or about 07 May 2013 as N68335-13-R-0028.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-13-R-0028/listing.html)
 
Record
SN03053014-W 20130505/130503235031-23424c2b1deff444dde8df1390ee5de0 (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.