Inactive
Notice ID:N6833519R0411
The Naval Air Warfare Center Aircraft Division, Lakehurst, NJ intends to negotiation on a non-competitive basis with Hughey & Phillips LLC for Cost Plus Fixed Fee contract for the development and test...
The Naval Air Warfare Center Aircraft Division, Lakehurst, NJ intends to negotiation on a non-competitive basis with Hughey & Phillips LLC for Cost Plus Fixed Fee contract for the development and test of the Expeditionary Airfield (EAF) Night Vision Device (NVD) Compatible Runway Lighting System as well as five (5) Fixed Price option years for production of the EAF NVD Compatible Runway Lighting System to fulfill the United States Marine Corps (USMC) requirement. The system will consist of Light Emitting Diode (LED) based elevated runway lights, flush deck runway lights, runway threshold lights, and an accompanying constant current regulator (CCR) to provide power and control. The LED-based, NVD Compatible Runway Lighting System will support the requirement for CAT-I Precision IFR (200-ft ceiling, ½-sm visibility) operations. The system will also be compatible within land-based arresting gear tape sweep areas. The system will emit both visible and infrared light to be compatible with both degraded meteorological visible and NVD aided conditions. The Government intends to negotiate the above contract under authority of 10 U.S.C. 2304(c)(1), FAR6.302-1. Hughey & Phillips (formerly Astronics DME) developed the power and control infrastructure that is implemented via the CCR and single conductor cabling. The protocol that enables this capability is proprietary to Hughey & Phillips. Hughey & Phillips currently makes LED-based Runway Lighting components that can be adapted to this technology and implemented for the USMC EAF mission, ensuring seamless integration and control. Other Commercial Lighting Manufacturers would not be able to replicate the necessary power and control protocol due to their proprietary nature. THIS PRE-SOLICITIATION NOTICE IS NOT A REQUST FOR PROPOSAL. The Government is not obligated to, and will not pay for any information received from potential sources as a result for this synopsis. This synopsis is for administrative purposes only. It does not constitute a solicitation for bid or proposals, and should not be considered as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. The point of contact is Ms. Rene Brown at rene.brown@Navy.mil.