Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2014 FBO #4772
SOURCES SOUGHT

A -- AFICA Assess Mitigate Pavement Damage and UXO RFI - Solicitation Attachments

Notice Date
12/16/2014
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 772 ESS/PKH, 139 Barnes Drive, Suite 1, Tyndall Air Force Base, Florida, 32403, United States
 
ZIP Code
32403
 
Solicitation Number
FA8051-15-RFI-Assess_Mitigate_Pavement_Damage_and_UXO
 
Archive Date
1/31/2015
 
Point of Contact
Jeremy D. Morrill, Phone: 850-283-6824, Joseph R. Willard, Phone: 850-283-6942
 
E-Mail Address
jeremy.morrill.1@us.af.mil, joseph.willard.@us.af.mil
(jeremy.morrill.1@us.af.mil, joseph.willard.@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 to the RFI PDF version of the RFI ****A PDF version of the below text will be attached**** RFI #: FA8051-15-ASSESSMENT AND MITIGATION SYSTEMS FOR PAVEMENT DAMAGE AND UNEXPLODED EXPLOSIVE ORDNANCE (UXO) Request for Information (RFI) 1. Contracting Office Address Department of the Air Force, 772d Enterprise Sourcing Squadron - Tyndall AFB, 772 ESS/PKD, 139 Barnes Drive, Suite #1 Tyndall AFB, FL 32403 2. General Information This is a Request for Information (RFI) only, as defined in FAR 15.201 (e), to obtain information about capabilities and other market information for planning purposes. This RFI is not a request for competitive proposals; therefore, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. Responses should include information identifying whether the responder's firm is a small or large business. The size standard is 500 employees. The NAICS code for this potential effort is 541712. Prospective contractors shall be registered in the System for Award Management (SAM) prior to award of any Federal Government contract. Contractors are encouraged to obtain further information on SAM registration at the following website: https://www.sam.gov/portal/public/SAM/. Companies shall include the following information with their submission: (1) Company name, Cage Code, DUNS number, address, and point of contact, (2) Business Size [i.e., large, small, veteran-owned, women-owned, etc.], and (3) indicate your role in the potential performance of a requirement [i.e. prime contractor, subcontract, or other]. Companies that respond will not be paid for the information submitted. No telephone calls will be accepted regarding a bid package or solicitation. All information received shall be safeguarded from unauthorized disclosure. Please do not submit any proprietary or classified information. 3. Background The Air Force Civil Engineer Center (AFCEC), Requirements and Acquisition Division (CXA) manages the Airfield Damage Repair (ADR) Modernization program. The main focus of the program is to expedite airfield recovery after attack. For this purpose, two components are critical and consist of damage and unexploded explosive ordnance (UXO) assessment and UXO mitigation. With regards to pavements, assessment focuses on the identification of the damage thus providing information about the types of repairs needed to reestablish pavement functionality. Concerning UXO, assessment centers on identifying and recognizing the type, condition, and status of unexploded ordnance, whereas mitigation provides the means to neutralize/dispose the unexploded item. 4. General Intent AFCEC/CXA is planning to include in the ADR modernization program additional developmental efforts with the objective of enhancing commercial technologies related to the assessment and mitigation systems for pavement damage and UXO. The AFCEC/CXA is seeking to accelerate candidate prototype technologies to provide commercially-viable solutions to current and future pavement damage and UXO assessment and mitigation requirements. 5. Description AFCEC/CXA is requesting information from US Industry to assure the airbase operational mission. The request is centered on the current state-of-the-art assessment and mitigation technologies related, primarily to pavement damage and UXO; however, assessment and mitigation of the hard surfaces is also of great concern and must be taken into account. The main objective is to identify and accelerate candidate technologies to provide solutions to future airfield damage assessment and UXO mitigation requirements. AFCEC/CXA is interested in the evaluation of current technologies and technologies not yet at full maturation (prototypes, Technology Readiness Level (TRL) 5 (Attachment 1) or greater) that can be tailored and eventually exploited, within a limited timeframe, to meet rigorous requirements for assessment and UXO mitigation and provide commercially-viable and producible solutions. The Government encourages respondents to leverage analysis and work conducted in previous efforts. 6. Information Requested The following list provides a series of questions focusing on the areas of automation, image processing, and sensors for damage assessment and UXO assessment and mitigation. i. Rapid damage assessment • What are the technologies that can be utilized for automated detection of pavement damage (e.g., cracking, damage from camouflets, craters of different size, spalling) within limited time? • What are the technologies or novel techniques that can assess the damage type and characteristics (affected pavement area, damage depth, and affected pavement layers)? Technologies can be completely or partially automated, include limited human interaction, minimize human exposure to harm's way, and provide results within a very limited time. • With regards to unpaved surfaces, what are the automated technologies for damage assessment, limiting the human interaction in terms of assessment and human exposure to harm's way? • What are the automated technologies that have the ability to provide rapid assessment with high-level of accuracy and certainty limiting human interaction? • With respect to pavement damage characteristics, what are the automated technologies that have the ability to quantify the type of repair and material quantity needed to restore the pavement in operational condition? ii. Rapid UXO assessment and mitigation • What are the technologies for unmanned systems that provide the ability to identify UXO and assess UXO characteristics, condition and status? • What are the unmanned technologies that can neutralize UXO limiting physical human interaction and damage to the surrounding area? • What are the technologies, material processes that can rapidly neutralize UXO, limiting human interaction and damage to the surrounding area? • What are the technologies in the area of automated pattern recognition? iii. Image processing and sensors • What are the technologies that can provide rapid assessment capabilities with high-level of accuracy and certainty (limiting human interaction and human exposure to harm's way)? • With regards to image processing, what are the technologies that can assure real-time and quasi real-time processing for operation continuity? • What are the sensor technologies that can be applied to identification and assessment and allow limiting human interaction, expedite decision process, and rapidly execute assessment tasks? iv. The technical focus areas of automation, image analysis, and sensors have been identified. Are there alternative technical focus areas that should be considered for the objective of rapid damage assessment and UXO assessment and mitigation? v. Comment on specific design tools or technologies related to the assessment and mitigation areas that your organization has available to meet the objectives of the specific focus areas. • What is the level of maturity of the tools/technologies identified? Are there planned investments within your organization to further mature the technology and reduce risk? • What level of effort (schedule, cost) is anticipated to advance the technology to the point where it can meet the focus areas objectives? vi. For advanced technologies, what are the eventual boundaries and limitations for the implementation with regards to material, other technological areas, logistics, support elements, other system interaction, and manufacturability? vii. For current technologies, what are the potential developments, applications, interaction with other systems, development timeline, feasibility, projected developmental costs, manufacturability, and associated risk? viii. Additional questions with regards to the proposed technologies (if applicable) • What is the system sustainability on the field and field service support by the manufacturer? • Is the system portable, high level of mobility, modular, in need of heavy equipment for support? • Does the system utilize a unique or common computer programming? Can the system be integrated with other existing systems (of different types, with different functionality)? • What are the climatic limitations of the system in its operating status and storage requirements? • What is the time needed by the system to become operational (start-up)? For how long can the system be operational (stoppage needed for recharging, data backup/download/update)? • What is the system power source (solar, battery-fed, fuel)? • What is the system data transfer modality (wireless, fiber optics, use of specific frequency)? 7. Disclaimer There is no guarantee that any submission in response to this RFI will result in a Government program. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Responders to this RFI will have no competitive advantage in receiving any awards related to the submitted topic area. The information submitted in response to this RFI may be used to help the Government further define its requirements. If the Government develops a program that addresses any 5 submitted or similar topics, the resulting procurement will address technology and business specific requirements as defined by the Government to achieve the required objectives 8. Required Responses Responses to this RFI are limited to 15 pages with one inch margins using standard letter-size 8 ½" x 11" paper. The page count includes any title page. Font must be 10-point or larger. Responses must be unclassified, and should not contain company proprietary information. Any responses containing classified information will be returned to the responder without being assessed/considered. Please pay attention to any company templates that automatically create a "company proprietary" or similar type statement. Those must be removed from the response. IF APPLICABLE, clearly indicate the appropriate distribution statement (B, C, D, etc.), For Official Use Only (FOUO), or ITAR-restricted. Multiple responses from a firm are acceptable. Marketing information is NOT acceptable in the response. Endorsements from elected officials at the federal, state, and/or local levels are NOT acceptable in the response. 9. Request for Clarification A responder may request clarification, in writing, from the Contracting Office for any aspect of this RFI that is unclear, by sending an email to jeremy.morrill.1@us.af.mil and joseph.willard@us.af.mil. The deadline for questions/clarifications is 12:00 local time on 30 December 2013. 10. Submission of Documentation Responses to the RFI are due to the Contracting Office identified below by 2:00 PM Local Time, 16 January 2015. Responders shall provide one (1) electronic copy (in Microsoft Word or Adobe Acrobat) of their response via e-mail or CD/DVD. Email is the preferred method. USBs will NOT be accepted. Please ensure your response does not have any markings stating the information is proprietary, or it will not be considered. The Government will not use any proprietary information submitted to establish the capability, requirements, approach, or solution so as to not inadvertently restrict competition. In order to complete its review, AFCEC/CXAE must be able to share the information with the Government and with its support contractors; therefore, any responses marked in a manner that will not permit such internal Government review will be returned/deleted without being assessed/considered. Submission of existing commercial documentation and product literature is NOT an acceptable response. In the event of mailing the documentation, use the following address: 772 ESS/PKD ATTN: Jeremy Morrill 139 Barnes Drive, Suite 1 Tyndall AFB, FL 32403 Telephone: (850) 283-6824 E-mail: jeremy.morrill.1@us.af.mil 11. Additional Information All responsible sources may submit information that shall be considered by the agency. If late information is received, it may be considered, depending on agency time constraints. All routine communications regarding the announcement should be directed to the contractual point of contact listed above. The Government may or may not use any responses to this RFI as a basis for a subsequent project. Any projects developed from the RFI responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in FedBizOpps.gov. Responses to this RFI will not be returned. The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this RFI. No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time. In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this RFI. 12. Submission Checklist • Maximum 15 pages, including any title page • 8 ½" x 11" paper • One inch margins • At least 10-point font • Unclassified • No proprietary information or markings (failure to comply will disqualify the submission) • IF APPLICABLE, clearly indicate the appropriate distribution statement (B, C, D, etc.), For Official Use Only (FOUO), or ITAR-restricted • No marketing information, commercial documentation, or product literature • No endorsements from elected officials at the federal, state, and/or local level • Submitted via e-mail or mailed on a CD/ DVD • Due date 2:00 PM Local Time, 16 January 2015
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0dae8a0c5f9c6b50c11ec737b4dc4977)
 
Place of Performance
Address: TBD, United States
 
Record
SN03598026-W 20141218/141216235210-0dae8a0c5f9c6b50c11ec737b4dc4977 (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.