SOURCES SOUGHT
A -- Request For Information: Unmanned Air System Operator Workload Reduction
- Notice Date
- 5/22/2006
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
- ZIP Code
- 20670
- Solicitation Number
- Reference-Number-N00019-263-RW-5876
- Response Due
- 6/29/2006
- Archive Date
- 7/14/2006
- Description
- Research Opportunity Description: This publication constitutes a Request for Information (RFI). The Naval Air System Command (NAVAIR) is seeking innovative technology concepts to reduce Unmanned Air System (UAS) operator workload. This technology will help operators to better manage and control multiple dissimilar Navy unmanned aerial vehicles and its associated payloads. Various studies and assessments of UAS operator activities have determined that effective control of multiple unmanned vehicles taxes an individual?s visual, audio, and cognitive skills. The technology should have the capacity to provide a more agile, flexible, responsive, and robust capability to simplify control and improve an operator?s situational awareness during UAS and multiple simultaneous UAS missions with dissimilar air vehicles. The objectives of this RFI are to: 1. Identify technologies that are sound, and can be seamlessly integrated with existing and developing UAS(s). 2. Refine identified technologies so that they better support Navy UAS(s) and its intended missions. 3. Demonstrate that the technologies will reduce operator workload during execution of Unmanned Air Vehicle (UAV) mission planning and re-tasking, UAV and payload Command, Control and Situational Awareness tasks, and data processing tasks including data retrieval, storage, manipulation, interpretation, and dissemination. 4. Provide methods and technologies to increase the quantity of UAVs under simultaneous control from two to as many as eight. NAVAIR is issuing this RFI to allow industry an opportunity to submit its best technology concepts for review and consideration. Workload reduction designs should be at a Technological Readiness Level (TRL) 6 or higher based on the following scale: TRL 1 Basic principles observed and reported TRL 2 Technology concept and/or application formulated TRL 3 Analytical and experimental critical function and/or characteristic proof of concept TRL 4 Component and/or breadboard validation in laboratory environment TRL 5 Component and/or breadboard validation in relevant environment TRL 6 System/subsystem model or prototype demonstration in a relevant Environment (ground or space) TRL 7 System prototype demonstration in a space environment TRL 8 Actual system completed and ?flight qualified? through test and demonstration (ground or space) TRL 9 Actual system ?flight proven? through successful mission operations A proposed solution must be modular software able to integrate into the Tactical Control System (TCS) software architecture. Additional areas to be considered as factors are: improved mission effectiveness, advanced input and display devices, and increased performance. This list is by no means exhaustive and additional areas are both expected and solicited. Responses must address Navy and Marine Corps requirements for warfighting (i.e., technologies must show military utility/mission payoff and reflect the unique nature of the naval service). Technologies must be capable of demonstration and be able to transition to the respective Service Acquisition sponsors for final development prior to procurement and fielding. NAVAIR is soliciting ideas that are both revolutionary and affordable. Revolutionary in the sense that a new technology radically improves UAS operator performance and situational awareness. Affordable in the sense that implementation costs are reasonable and a possible net decrease in logistics support costs is realized. SUBMISSION OF INFORMATION Content and Format of White Papers: White paper responses should not exceed 5 pages in length and must use the following format: (1) title, (2) Navy and/or Marine Corps warfighting payoff, (3) objective, (4) targeted end user community (i.e., aviation, ship operation, ground maneuver forces, ammunition handlers, construction forces, etc.), (5) technical approach, (6) technology or product (include picture, if possible), (7) risk(s), and (8) estimated cost and duration. Corporate information, experience, and background may be included in the 5-page technology concept, but are not mandatory. The white papers submitted in response to this RFI are expected to be unclassified. However, confidential/classified proposals are permitted. The white papers submissions will be protected from unauthorized disclosure in accordance with Federal Acquisition Regulation 15.207, applicable law, and Department of Defense/Department of Navy regulations. Offers are expected to appropriately mark each page of their submission that contains proprietary information. Responses will not be disclosed outside the Department of the Navy. If the responses are of sufficient quantity and quality, NAVAIR will consider pursuing an actual Broad Agency Announcement (BAA), which may lead to multiple contract awards in the fiscal year (FY) 2009/2010 timeframe. White Paper Format: ? Paper Size ? 8.5 x 11 inch paper ? Margins ? 1? inch ? Spacing ? single or double-spaced ? Font ? Times New Roman, 12 point ? Number of Pages ? No more than five (5) single-sided pages (excluding cover page). White Papers exceeding the page limit may not be evaluated. ? Copies ? one (1) original, 2 copies, and one electronic copy on a CDROM, (in Microsoft Word or Excel compatible or .PDF format). White Paper Content: ? Cover Page ? The cover page shall be labeled ?REQUEST FOR INFORMATION WHITE PAPER?, and shall include the reference number, proposed title, Offers administrative and technical points of contact, with telephone numbers, facsimile numbers, and Internet addresses, and shall be signed by an authorized officer. ? Technical Concept ? A description of the technology innovation and technical risk areas. ? Operational Naval Concept - A description of the project objectives, the concept of operation for the new capabilities to be delivered, and the expected operational performance improvements. ? Operational Utility Assessment Plan ? A plan for demonstrating and evaluating the operational effectiveness of the Offer products in Naval Laboratory tests, including evaluation metrics. DATE INFORMATION REQUIRED: Interested parties are invited to submit white papers addressing the areas listed above no later than 3:00 p.m. (Local Eastern Time)on 29 June 2006. Fax or email submissions will be accepted WITH a hard copy and CDROM in an electronic format compatible and accessible using Microsoft Office 2000 software, as defined above, submitted to the following address: Naval Air Systems Command AIR 2.4.4.2.2, Diana Stabile 47123 Buse Road, Building 2272, Room 256 Patuxent River, MD 20670-5000 Technical questions are to be emailed to: Bradley.Hall@navy.mil. All other questions are to be emailed to: Diana.Stabile@navy.mil. GENERAL INFORMATION: NAVAIR will not issue paper copies of this request. This RFI is issued for the purpose of determining market feasibility and capability of sources and DOES NOT constitute an Invitation for Bid (IFB), a Request For Proposal (RFP), a Request For Quotes (RFQ) or an indication that the Government will contract for any of the items and/or services contained in this notice. All information received in response to this notice that is marked proprietary will be handled accordingly. Responses to this notice will not be returned. Reimbursement WILL NOT be made for any costs to provide information in response to this announcement or any follow-up information requests. Information contained herein is based on the best information available at the time of publication, is subject to revision, and is not binding upon the Government. The responses to this RFI will be considered in the planning and definition of future technology development programs for which a future solicitation MAY be issued. Availability of any formal solicitation will be announced under a separate Federal Business Opportunities announcement.
- Place of Performance
- Address: N/A
- Record
- SN01054999-W 20060524/060522220843 (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 |