Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 12, 2003 FBO #0684
SOLICITATION NOTICE

A -- Unmanned Autonomous Collaborative Operations Program

Notice Date
10/10/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Aviation Applied Technology Directorate, Ft. Eustis DAAH10, ATTN: AMSAM-RD-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-04-R-0003
 
Response Due
12/4/2003
 
Archive Date
2/2/2004
 
Point of Contact
Gayle McClelland, 757-878-4818
 
E-Mail Address
Email your questions to Aviation Applied Technology Directorate, Ft. Eustis DAAH10
(gmcclelland@aatd.eustis.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The Aviation Applied Technology Directorate (AATD), Aviation Research, Development, and Engineering Center is soliciting technical and cost proposals on an exploratory development effort called Unmanned Autonomous Collaborative Operations, Part 1 (ACO). Pr oposals are required to be submitted in accordance with the guidelines set forth herein. This Broad Agency Announcement (BAA) constitutes the total solicitation. There will be no formal Request for Proposals (RFP) or other solicitation requests for this re quirement other than this announcement. Multiple awards during second quarter FY 04 are anticipated and awards may be staggered. The Unmanned Autonomous Collaborative Operation program will be conducted in two parts. This BAA solicits proposals for Part 1 only. Part 1 is exploratory development intended to develop high-value militarily relevant UAV behaviors and demonstrate a selected subset in flight. A separate solicitation for Part 2 will be issued in FY05. Part 2 is intended to develop all behaviors required to demonstrate UAVs collaborating with other manned and unmanned assets in a cooperative engagement scenario relevant to Future Combat System (F CS) Unit of Action operations. PROGRAM OBJECTIVE: is to develop and demonstrate militarily relevant mission behavior among multiple unmanned aerial vehicles (UAVs), cooperating on tasks and sharing information as necessary to accomplish assigned objectives as part of a manned/unmanned t eam. PROGRAM REQUIREMENTS: The ACO program will include design, development, simulation and flight demonstration of autonomous collaborative behaviors using unmanned air vehicle assets owned or arranged for by the Contractor. No Government Furnished UAVs will b e available. Surrogates for fielded or in-development UAVs are acceptable. Desired types of mission behaviors include: 'See & Avoid' cooperative flight, Avenge kill/team protection, Cooperative reconnaissance/Security, Adjustment to component failures as a team, Network adaptation for assured communications, Surveillance on several moving targets in urban terrain, Establishment of multiple optimum observation points, Twin Lift, Unmanned Supply Sustainment, See the Supplemental Information Link ( http://www.aatd.eustis.army.mil/Transfer/Save/CDRL.zip ) for further explanation of these titles and dimensions of interest. A single offeror is not expected to demonstrate all behaviors under its program, but demon stration of two or more mission behaviors is required within an offerors proposal and complete coverage of the list is an objective of the government among all awardees. Offerors may modify or tailor these behaviors to their particular capabilities, or pro pose alternatives. Flight demonstration(s), using Contractor furnished or arranged air vehicles shall be proposed as a separately priced option(s). Under the optional flight demonstration, offerors should propose to flight demonstrate at least one behavior . However, each behavior proposed for flight demonstration must be separately priced.. Key elements of technology development anticipated within this ACO effort include the achievement of high degrees of individual UAV flight and mission autonomy, multi-ve hicle, multi-class UAV collaboration, development of requirements for the data links, protocols, sensors, and processing software to enable intra vehicle and controller communication, and human-system interfaces which support multiple levels of supervisory control. Development of interfaces and subsystem requirements should be done only to the extent necessary to enable mission autonomy and collaboration objectives. Where practical, systems (software) architecture needs to be developed that produces and o r supports behaviors that are distributable and scalable over the different UAV class sizes and sensor packages. Simulated airborne control of the unmanned systems is encouraged, but not required under this solicitation. DELIVERABLES: During the program, Contractors will deliver software, data, and reports. Minimum deliverables shall be: (1) Management/Program Plan, (2) Performance/Cost-Scientific/Technical Reports, (3) Interface Design/Control Document, (4) Operational/Functional Requirement Document, (5) System Architecture Design and Specifications, (6) Computer Software Product End Items, (7) Simulation Software and Interface Design/Control Document, (8) Final Report. SECURITY REQUIREMENTS: Unclassified, subject to export controls. Notice to Foreign Owned Firms: Participation in this program is limited to US companies. OTHER SPECIAL REQUIREMENTS: The government desires to obtain unlimited data rights to the Interface Control Documents (ICDs), final report and all associated ACO demonstration results. The government desires to obtain at least Government Purpose Rights t o all other technical data and software deliverables. However, DFARS clause 252.227-7017 Identification and Assertion of Use, Release, or Disclosure Restrictions, is included by reference in this announcement. This clause requires an offeror to identify t echnical data and computer software that the offeror anticipates it will furnish the Government during performance of any contract or agreement with restrictive rights. The offeror must include as an attachment to its proposal the assertion required by th is clause identifying any data and/or software subject to restrictions on use and the basis for the assertion. ADDITIONAL INFORMATION: Anticipated Period of Performance: 28 months Anticipated Award Date: March 2004 Government funding planned = $13.2M (Total, not per contract) Distribution: FY04 29%, FY05 52%, FY06 18% Government Furnished Property: None. Government Furnished Information: (furnished upon contract award) MUM Teaming Experimentation Reports, RPA Final Report, ICD for Virtual Autonomous Team Tool (VATT) UAV API and ICD for VATT Autonomy Logic API. Contractor Furnished Property: Simulation Facility and UAVs for purposes of executing SOW tasks. NOTE: Offerors should examine AR 95-20 and assess whether they wish to comply, seek waivers through the applicable Government Flight Representative or elimina te all risk of loss of or damage to aircraft to the Government and therefore render AR 95-20 inapplicable. Offers shall specifically state their choice of alternative, and how they intend to maintain regulatory compliances/waiver/non-applicability within contract SOW/schedule. Type of Contractual Vehicle: The Government seeks to maximize industry participation and anticipates making several awards. A variety of funding instruments are available pursuant to this announcement depending on the proposed effort, the entity submitting the successful proposal(s), and statutory and regulatory requirements the Government must satisfy. Such instruments include conventional contracts subject to the Federal Acquisition Regulation, as supplemented; technology investment agreements for purpose of support/stimulation, subject to 10 U.S.C. 2358 or 10 U.S.C. 2371; and other transaction agreements subject to 10 U.S.C. 2371 and Section 845 of the 1994 National Defense Authorization Act, as amended. Contract type is a subject for negotiation. Any pro posal for an agreement shall describe the approach to meeting the provisions of Section 803 of the National Defense Authorization Act (for further information, go to the following link: http://www.aatd.eustis.army.mil/Business/Divisions/Contracting/Docs/80 3.doc. Offerors should consider benefits accruing as a result of the use of the agreement authority in lieu of a contract. Such benefits may include such things as contractor team relationships formed that would not have been formed under a traditional con tract, cost savings or cost avoidance, potential commercial applications of technology advanced under the program, etc. For further information on other transactions, go to the following link: http://www.aatd.eustis.army.mil/Business/Divisions/Con tracting/Docs/Introduction.doc. Offerors Size Status: Due to the flight demonstration requirement, complexity and technical considerations of this program, this solicitation is not a set-aside for small businesses although they are encouraged to propose. Involvement of academic institutions and small businesses in portions of the work is encouraged. PROPOSAL PREPARATION INSTRUCTIONS: Technical Proposal: The technical proposal shall not exceed 40 pages. The proposal shall include a discussion of the background of research planned and technical approach toward achieving requirements definition, design, development and demonstration of s elected ACO behaviors. The simulation demonstration approach should include a description of the simulation environment to be used, how it will be modified to demonstrate the ACO behaviors, and how the demonstration(s) will be conducted. Offerors are expe cted to propose a separately priced option for flight demonstration of each behavior proposed to be developed. The flight demonstration approach should include a description of the flight vehicle systems, the offerors experience with them, and how they wil l be modified to demonstrate the ACO behavior(s), and where the demonstration will be conducted. The proposal should identify the location for their planned flight demonstrations as well as any agreements or letters of intent to support ACO flights, if the y are to occur at non-contractor owned and operated site. The technical proposal should include a clear statement of the offerors program objectives, background experience, findings from related predecessor efforts in unmanned system autonomy, and the expe cted contribution of the research to improved manned-unmanned team system performance, safety, survivability, and human crew/controller task execution. The technical proposal should include a complete statement of work based on the major tasks described i n the draft Statement of Work (SOW) (see supplemental information package). It should delineate major milestones, their success criteria, a biographical section describing key personnel, a description of tools, facilities and unmanned assets to be employe d in the effort and a management section indicating planned program management activities. The offer should also identify anticipated technology growth, upgrade, or transition activities that may be undertaken to enable successful transition to subsequent program opportunities. The Cost Proposal should include a funding profile (cost breakout by FY), cost breakdown providing man-hours and monthly costs by SOW task, all pricing rates used, and equipment and materials listings. Subcontractor proposals, if applicable, including pri cing rate details, should be provided concurrent with the prime contractors submission. A link is provided for a supplemental information package including additional detail on desired ACO behaviors, data item content, and instructions to offerors. EVALUATION CRITERIA/BASIS FOR AWARD: Multiple awards are anticipated and the Government reserves the right to select for award, any, all, part or none of the effort proposed (i.e., certain tasks versus total program). Award will be based on a scientific an d/or engineering evaluation of proposals (both technical and cost as it relates to technical effort) in accordance with the criteria below. Proposals will be evaluated on their own merit without regard to other proposals submitted under this announcement. Each proposal will receive a narrative rating and that rating will be used to develop an order of merit listing. Proposals will be evaluated inclusive of Options and in accordance with the criteria listed below. The Government reserves the right to exercis e an Option at time of award or within the negotiated timeframe after award. Evaluation criteria are stated below with the following order of importance: 1) and 2) are equal and more important than 3), which is more important than 4) and 5), which are als o eq ual. The Government will consider the offerors proposed restrictions on use of the intellectual property provided to the Government that may limit the Governments further exploitation of the research. The Government will consider proposed budget and fundin g profiles in determining the best combination of technical and cost aspects. 1) The extent to which the proposed research satisfies the Army research goals by use of innovative, rigorous, efficient, and affordable approaches to demonstrating ACO mission behaviors. 2) The merit of the offerors proposed approach to accomplish the scientific and technical objectives. 3) The availability, experience, and qualifications of the scientists, engineers, technicians, and other proposed personnel. 4) The suitability and availability of proposed equipment, facilities, and scope of intellectual property rights provided to the Government. 5) Realism of the proposed man-hours, materials, and other costs to accomplish the proposed effort, whether they reflect a clear understanding of research objectives, and their consistency with the various elements of the offerors technical proposal. POINT OF CONTACT: Gayle McClelland (757-878-4818) ATTN: AMSRD-AMR-AA-C (Gayle McClelland) Bldg 401, Lee Blvd Fort Eustis, VA 23604-5577
 
Place of Performance
Address: Aviation Applied Technology Directorate, Ft. Eustis DAAH10 ATTN: AMSAM-RD-AA-C, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
Country: US
 
Record
SN00451252-W 20031012/031010213210 (fbodaily.com)
 
Source
FedBizOpps.gov 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.