SOURCES SOUGHT
66 -- Request for Information (RFI) - Laser Eye Protection Spectacle - DD254 and attachments
- Notice Date
- 5/15/2014
- Notice Type
- Sources Sought
- NAICS
- 333314
— Optical Instrument and Lens 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
- 242-14-086
- Archive Date
- 7/12/2014
- Point of Contact
- Tyesha Parker, Phone: 301-757-2400, Jessica A Blackwell, Phone: 301-995-4748
- E-Mail Address
-
tyesha.parker@navy.mil, jessica.blackwell@navy.mil
(tyesha.parker@navy.mil, jessica.blackwell@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- NAVAIR DD254 OPSEC Annex, dated May 2013 Naval Air Warfare Center Aircraft Division Scientific and Technical Intelligence Liaison Officer Memo of 03 MAR 09 DD Form 254 - DOD Contract Security Classification Specification DISCLAIMER THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide a laser eye protection (LEP) spectacle. This is not a request for proposals. It does not constitute a solicitation and shall not be construed as a commitment by the government. It does not restrict the Government to an ultimate acquisition approach. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary and information submitted will not be returned. 1.0 Background and Scope The Naval Air Systems Command (NAVAIR) Aircrew Systems Program Office (PMA202) is requesting information from industry to identify a laser eye protection (LEP) spectacle. The purpose of this RFI is to identify existing Commercial off the Shelf (COTS), Non-Developmental Items (NDI) and emerging Developmental LEP products. U.S. Navy (USN) and U.S. Marine Corps (USMC) pilots and aircrew are exposed to laser threats that have the potential to impact mission effectiveness. NAVAIR is seeking information on a spectacle solution that will protect pilot and aircrew eyes from friendly and hostile lasers. Spectacle should provide wide-angle protection from wavelengths indicated in Section 2.2. Spectacles will be used by USN/USMC aircrew members in all operational and training scenarios. Notably, they will be used in both day and night lighting conditions. Two challenges commonly encountered with the LEP spectacle are lack of comfort and decreased visual acuity. USN/USMC issued LEP spectacles have historically been uncomfortable to wear due to fit and comfort issues when compared to the sports style sunglasses commonly used by aircrew. Aircrew members have been reluctant to use LEP spectacles when transmittance is reduced by 50 percent or more, particularly in conjunction with night vision goggles in low light. Of particular interest to the USN/USMC is a low profile, wrap-around style LEP spectacle frame that will fit under helmet visors and, ideally not interfere with hearing protection ( e.g., breaking seal on ear cups). Products that overcome these challenges while providing protection from the wavelengths identified are desired. Corrective Vision (prescription) compatibility is also desired. 2.0 Requested Information: The information provided shall address the following areas in regards to the spectacle: 2.1 General Performance 2.1.1 Provide a self-assessment for the Technology Readiness Level (TRL) of the system as defined on pages 2-13 and 2-14 of the Department of Defense Technology Readiness Assessment (TRA) Guidance, dated April 2011 available at the following address: http://www.acq.osd.mil/ddre/publications/docs/TRA2011.pdf. 2.1.2 Describe the type of technology used to provide protection (ie, Absorptive dye, reflective interference filter, etc.). 2.1.3 If the lens consists of several layers of protection, provide a cross sectional image of the lens to illustrate the different layers. 2.1.4 State which standards the device complies with (e.g., ANSI Z136.7, ANSI Z87.1, MIL-DTL-43511D, MIL-STD-810G, EN 166, etc.). If any device complies partially with a standard please indicate which section it complies with. 2.2 Optical Performance LEP Spectacle must protect against the following wavelengths: Wavelength Ranges 280 - 400 nm 800 - 1100 nm All wavelengths identified in classified enclosure (see paragraph 3.0 and DD254 for further information) 2.2.1 State the maximum level of protection, expressed in Optical Densities (OD), possible at the wavelengths specified in section 2.2. 2.2.2 If reflective technology is used, state what kind of angular protection can be expected. 2.2.3 If the OD were set at 4 for all unclassified wavelengths in section 2.2, provide data that details how the photopic transmittance would change as you increased protection levels of the classified wavelengths For example see below. Protection vs. Transmittance (EXAMPLE) OD for λ ______ Photopic Transmittance 1 - 20% 2 - 15% 3 - 10% 4 - 9% 5 - 8% 6 - 8% 2.2.4 If reflective technology is used, state what kind of angular protection can be expected as protection is increased. For example see below. Protection vs. Angular coverage (EXAMPLE) OD for λ ______ Angular coverage 1 - ± 30° 2 - ± 30° 3 - ± 30° 4 - ± 25° 5 - ± 23° 6 - ± 20° 2.3 LEP Spectacle system (lens and frame) characteristics and environmental performance Indicate if any environmental and/or MIL-STD-810-G testing was completed on the system, including but not limited to: a) Temperature b) Humidity c) Rain d) Salt Fog e) Petroleum, Oils, and Solvents f) Impact (ball drop test) g) Solar Radiation 2.4 Frame Performance 2.4.1 Provide image or picture of frame style. 2.4.2 Indicate incorporated materials. 2.4.3 Describe method for retaining hardware and fastening components to prevent loose or falling hardware. 2.4.4 Provide information on the following characteristics and environmental factors: a) Corrosion resistance b) Ductility c) Plating adhesion 2.5 Logistic Performance 2.5.1 Describe the fitting procedure and any unique equipment that may be required. 2.5.2 Describe any unique equipment required to maintain the LEP spectacle, such as a repair kit or unique support equipment. 2.5.3 Describe the requirements for packaging, handling, shipping, and transportation. 2.5.4 Describe the system's service/storage life. 2.5.5 Describe any maintenance and reliability data. 2.6 Other Information 2.6.1 If prescription capability is included, please describe in as much detail as possible how this is achieved. Also provide an expected range of accommodation in diopters. 2.6.2 Provide information on the following characteristics: a) Sizes of spectacles b) System weight 2.6.3 Briefly describe your manufacturing and production capability. Also, provide lead time to produce test articles. 2.6.4 Discuss limitations the vendor foresees with the use of their technology on airborne platforms. 2.6.5 Indicate if the proposed technology has been sold or licensed to the US Government and/or any other organization, or if it has been tested by a DoD Agency or independent third party. 2.6.6 Recommended contracting strategy. 2.6.7 A rough order magnitude (ROM) to understand effort to meet RFI capabilities. Include a pricing matrix for total acquisition cost (in FY2014 dollars) comprised of development cost (recurring and non-recurring), procurement cost, and unit pricing for lots. 3.0 Responses: For the purposes of providing a response to this RFI, classified Government Furnished Information (GFI) is available to respondents. Classified data is not releasable to any industrial vendor who has not received a final security clearance and the facility address must meet all requirements of the appropriate security level. Respondents shall submit company name, address, POC name and phone number and cage code in writing by email to Sharon Baker at sharon.baker@navy.mil for security verification. Classified data will be provided upon positive security validation. Requests for the classified information received after 13 June 2014 may not be fulfilled. In accordance with DoD Directive 5220.22-M, DoD Directive 5220.22-R, and DoD Directive 5200.1 Vol 3, respondents accepting the GFI package hereby agree to the following: (1) not discuss with, disclose, release, reproduce or otherwise provide or make available the data, or any portion thereof, or the analytic product resulting from use of the data to any other customers or personnel unless specifically authorized to do so by the PMA 202 Technical Director; (2) data use will be solely for the purpose of performing the analysis in response to this market survey; (3) All organizations receiving the GFI described herein will be required to destroy all CLASSIFIED information provided under the RFI and provide copies of destruction documentation to the PMA 202 Security Officer no later than 03 July 2014. All information received in response to this notice that is marked Proprietary will be handled accordingly and responses will not be returned. All controlled unclassified and classified technical information shall be appropriately marked with distribution statements as specified in DoDI 5230.24 (Distribution Statements on Technical Documents) http://www.dtic.mil/whs/directives/corres/pdf/523024p.pdf. Refer to the attached DD254 for more information. Responses are due 27 June 2014 at 03:00 PM EST. Responses shall include the following information: 1. Company name 2. Company address 3. Telephone number 4. Point of Contact name 5. DUNS / Cage Code Number 6. Email address 7. Statement as to whether company is domestically or foreign owned (if foreign owned indicate country of ownership) 8. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) 9. Confirmation of registration in the System for Award Management (SAM) database. This is NOT a Request for Proposal. Interested vendors who desire to respond to this RFI are requested to submit informational papers that contain substantiating data that addresses each of the questions contained within this RFI. Information provided should be prepared in Microsoft Word format using 1-inch margins and font size not less than 11 point. Responses should be no more than 20 pages, double sided, and shall address, at a minimum, the information listed in sections 2.1 through 2.6. Product information shall be submitted at no expense to the Government and will not be returned. Proprietary data MUST be marked on a page-by-page basis, and will be treated as such. Interested sources shall state whether their product is available commercially, made domestically of domestic materials (must be Berry compliant - manufacturers must list the origin and place of manufacturing operations of all components). The North American Industry Classification System (NAICS) code for this acquisition is 333314 - optical instrument and lens manufacturing. Companies responding to this request for information should send all responses to: DEPARTMENT OF THE NAVY, NAVAL AIR SYSTEMS COMMAND, CONTRACTS DEPARTMENT (Air 2.4.2.2), ATTN: Jessica Blackwell, 2.4.2.2, 47123 Buse Road, Bldg 2272 Room 353, Patuxent River, MD 20670-1127 Questions regarding this announcement shall be submitted in writing by email to Tyesha Parker (Tyesha.parker@navy.mil) and Jessica Blackwell (Jessica.blackwell@navy.mil). Verbal questions will NOT be accepted. Classified questions will NOT be accepted. Answers to questions will be posted as updates to this notice. The Government reserves the right to not address questions received after 27 June 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/242-14-086/listing.html)
- Place of Performance
- Address: Patuxent River, Maryland, 20670, United States
- Zip Code: 20670
- Zip Code: 20670
- Record
- SN03367506-W 20140517/140515235131-ac829f3bc2a822e7cbadc905cba2d306 (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 |