Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2009 FBO #2854
MODIFICATION

A -- W91260-LEMV DRAFT SOO Modification.This is a revised DRAFT Statement of Objectives to W91260-LEMV SOO, original posting 29 May 2009.

Notice Date
9/15/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
U.S. Army Strategic Command, XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
 
ZIP Code
80914-4914
 
Solicitation Number
W91260-LEMV
 
Response Due
10/2/2009
 
Archive Date
12/1/2009
 
Point of Contact
Marie Tornai, 719-554-8446
 
E-Mail Address
U.S. Army Strategic Command
(marie.tornai@smdc-cs.army.mil)
 
Small Business Set-Aside
N/A
 
Description
REVISED DRAFT STATEMENT OF OBJECTIVES (SOO) FOR LONG ENDURANCE MULTI-INT VEHICLE (LEMV) Program Objectives: Develop a family of prototype Long Endurance Multi-INT Airships with ancillary systems and supporting efforts and products. Support Government operational demonstrations and military utility assessment. Advance the technologies for a system that will be capable of accommodating and powering a heavier payload and operating autonomously for sustained, long endurance (21 continuous days) operation as a stable, geostationary platform suitable for various payloads. Objective CategoryTask Description/Objectives 1.0LEMV Basic Objectives. The LEMV is defined as an airship/hybrid airship and ancillary systems. Ancillary systems include prototype control stations, sensors, processing, exploitation and dissemination (PED) interface, communications systems and associated subsystems and software. 2.0Airship / Hybrid Airship Objectives Design, develop, manufacture, and test of long endurance airships supporting intelligence, surveillance and reconnaissance (ISR) missions. This effort is inclusive of operation, maintenance, spares, documentation, training, performance analysis and demonstration. It also includes integration of all ancillary systems on the airship and into a total LEMV system. 2.1The LEMV shall be un-tethered and unmanned. The LEMV shall also provide ground control operator support to safely take off and land the vehicle line of sight (LOS). The LEMV shall have the ability to be optionally manned for self-deployment (CONUS operations). 2.2The LEMV shall be deployable and sustainable at a nominal altitude of 20,000 feet above Mean Sea Level (MSL). Capable of flying missions with weather avoidance and within national and international airspace. The LEMV shall be able to forward deploy to support extended operations from austere, forward operating locations with a goal of flying 2500 statute mile roundtrip missions using beyond line of sight (BLOS) command and control. 2.3The Contractor may propose and/or provide the payload/s. The Government reserves the right to designate, approve and/or provide the payload(s). The LEMV airship prime contractor shall assume sole responsibility for ancillary systems integration and integrated airship platform system performance. Refer to Annex B for a list (not all inclusive) of candidate missions. The Government may designate one or more classified payloads for demonstration. The Government may operate Government-supplied payload(s). 2.3.1The contractor shall provide a Common Interface Adapter for each payload to provide common physical and electrical interfaces to the airship for each unique payload. "Power "Remote Antennas "INS "C2/Data 2.3.2The contractor shall provide a Murphy Bay Infrastructure providing the following for payload functions: "Network IP Routing "Link Encryption / Decryption "Data Buffer (size TBD) 2.4The LEMV must satisfy the following performance requirements: 2.4.1The LEMV shall sustain station-keeping under the following simultaneous conditions: 2.4.1.1Altitude: The LEMV shall sustain station keeping at an altitude of 20,000 ft above MSL. 2.4.1.2Duration: The LEMV shall sustain station keeping for 21 continuous days. 2.4.1.3Station Keeping: In the local horizontal plane around the desired station keeping point, the LEMV shall remain within a 3.5-km radius circle 50% of the time, within 75 km radius 75% of the time, and within a 150-km radius circle 95% of the time. 2.4.1.4Payload: The LEMV shall meet these performance requirements while carrying a payload of 2500 lbs and meeting the payload power requirements of 2.8.2 2.4.1.5Wind: The LEMV shall sustain station-keeping in the presence of a 30 knot steady wind. 2.4.1.6Minimum Airspeed: The LEMV shall maintain airspeed greater than or equal to its minimum control airspeed (Vmc). 2.4.2The contractor shall provide a detailed operational template (altitude and velocity vs. mission duration) for steady winds in excess of the parameters above, but less than 80 knots. 2.4.3The LEMV shall be capable of a sustained speed of 80 knots true airspeed at 20,000 ft MSL. 2.4.4The LEMV shall provide stability and control performance consistent with the platform requirements of the integrated payload(s). 2.5The LEMV shall maintain internal environment (humidity, gaseous composition, pressure, electromagnetic, vibration, temperature, etc.) for airship electrical, power and propulsion subsystems, in accordance with applicable component specifications without degradation of performance through all stages of flight. 2.6The contractor shall support the Government in the development and performance of a Joint Military Utility Assessment for the LEMV. 2.7The first LEMV shall be Government owned and Contractor operated with the contractor providing a path to Government operated in the future if required by the Government. 2.8Payload specifications do not include the airship or any components/subsystems thereof, including Standard Mission Equipment for airship operations. Provide an option for environmental enclosure(s) (as required and part of the payload integration process) and interface(s) for the designated payload(s) that is self contained. Payload subsystem elements required to maintain the environment for payload components is to be considered part of the payload with regard to weight and power allocations (specific details to be agreed to by the Government). Payloads and payload-specific requirements to be specified by the Government at a later date. 2.8.1The airship shall provide a payload bay and supporting airship structure to carry a minimum capacity of 5,000 lbs. (accommodates lower altitude flights as low as 10,000 feet MSL). The payload bay may use multiple compartments that physically separates the payloads. The airship shall provide means to attach payloads related components, e.g., antennas, to airship locations (up to eight) other than the payload bay, as determined for best operational payload performance. 2.8.2The LEMV shall provide a minimum power of 16 kW dedicated to the payload. 2.8.3The payload shall be capable of being recovered intact in the event of an airship failure. If airship control is lost and the payload comes down within hostile territory, interfaces shall be in place to allow autonomous and remote destruction (or zeroed out/hardware destruction) of the payload to prevent enemy capture if required by the government. 2.8.4The payload bay shall be as large as possible in size relative to the 5,000 lbs with standard interfaces between payloads and airship. 2.8.5Payload bay design shall be modular for easy access and testing. 2.9The LEMV shall acquire and transmit on-board instrumentation data (telemetry) in near real time and record measurements characterizing the outside flight environment, weather avoidance capability, airship performance, internal and payload bay environments. This will be available for both flight testing and in-theater operations. Measurements to include, but not limited to the following: Airship stability and control Power generation, management and distribution Payload environment (thermal environment, humidity, electro-magnetic, and mechanical jitter) Other critical systems and components Exterior atmospheric conditions (temperature, wind velocity, lightning conditions, relative humidity, etc.) Provide above information, as required, to the payload(s). 2.10The contractor shall provide any required ground-based sensor processing (sensor health and status monitoring, sensor calibration, image decompression, image formation, data description, and error detection and decoding) for the payload that is not performed on board the airship. The Government may provide the above for Government-supplied payload(s). 2.11The contractor shall collect and use weather data and forecasts to support safe LEMV CONUS and OCONUS mission operations 2.11.1The contractor shall define the weather components needed for weather forecasting that affects both ground and flight operations. 2.11.2The contractor shall identify weather and environmental limitations for both ground and flight operations. Operational/mission limitations during tests and theater operations shall be defined based on these limitations. 2.11.3The contractor shall provide weather services to know when weather poses a hazard to the vehicle, requiring changes in operations planning. 2.12Ground Facilities. 2.12.1The contractor shall provide all ground support equipment and personnel for launch and recovery during contractor testing and Government demonstrations. The contractor may propose a GFE solution. 2.12.2Ground facilities for hybrid airship operations, to include, but not limited to, hybrid airship fabrication, flight preparation, launch, recovery, and maintenance, shall be located initially at a fixed location in the United States and provided, operated, and maintained by the contractor for testing and Government demonstrations. Deployable ground facilities shall be able to forward deploy to support sustained operations from austere, forward operating locations. The contractor may propose a GFE solution. 2.13Testing and Demonstration. 2.13.1The contractor shall develop, integrate, implement and document according to Section 8.7, testing program. 2.13.2The contractor shall support all reviews, testing, and post-test analyses and reports, and provide input to the mission planning and flight operations to support the mission/systems objectives defined by the Government. 2.13.3Contractor-flown demonstrations shall be conducted in accordance with Annex A. 2.14Flight Safety and Regulatory Issues. 2.14.1Flight safety shall not be sacrificed to meet any other system capability. 2.14.2The contractor shall comply with FAA flight safety rules, regulations, and requirements for flight operations and is to obtain any waivers necessary to perform operations. 2.14.3The LEMV system design must consider Electromagnetic Compatibility (EMC) and include features that either eliminate or mitigate those issues to eliminate negative impact on operations and flight safety. 2.14.4The contractor shall develop a set of hybrid airship emergency procedures and backup systems for storage, ground handling, launch, ascent, cruise, descent and recovery. 2.14.5The hybrid airship shall include a redundant, independent, Rapid Deflation Device (RDD) termination system for range safety and for operational use that would be used if loss of all flight control occurs or to prevent the aircraft from becoming a hazard or penetrating restricted or prohibited airspace, as well as for protecting the possession of sensitive payloads. It will provide both LOS and BLOS capability and be controlled via the C2 data link(s) as well as by a dedicated independent link. 2.14.6If the LEMV airship is Government Owned Government Operated (GOGO), it will require a safety assessment by Army Test and Evaluation Command (ATEC). 2.15.7The LEMV shall demonstrate structural integrity and survivability due to high wind events to include when the LEMV is on the ground, take off, and landing. Survivability will also be assessed for expected turbulence, to include mountain wave wind activity at altitude. This will fall in line with FAA-P-8110-2 Airship Design Criteria. 3.0Evolutionary Development Evolutionary development of long endurance ISR airships to incrementally incorporate or demonstrate new systems, subsystems and upgrades for prototype airships and ancillary systems associated with improved performance, reliability, maintainability, produce-ability, cost or other life cycle considerations. 3.1 The contractor shall plan and document a growth path to extend key technologies to the objectives (below) for higher performance platform, including complete airship specifications and an analysis of life cycle and degradation characteristics of components identified as part of the growth path. 3.1.1Design for this LEMV is to demonstrate scalability of components, structures and subsystems (documented and verified by measurements collected during LEMV demonstration). 3.1.2Accommodate and ensure total integration (interface definition and coordination of sensor payloads) with airship, Government furnished payload package(s) with nominal weight of up to 7,000 lbs. 3.1.3Generate and supply power to support station keeping, payload power of 73 kW continuous and all other airship functions for station time of at least one month. 3.1.4The LEMV growth path must satisfy the following extensions to the performance requirements stated in 2.4: 3.1.4.1Altitude: The LEMV shall sustain station keeping at altitudes from 10,000 to 20,000 ft above MSL. 3.1.4.2Duration: The LEMV shall sustain station keeping for 30 continuous days. 3.1.4.3Station Keeping: In the local horizontal plane around the desired station the LEMV shall remain within a 2-km radius circle 50% of the time, and within a 50-km radius circle 95% of the time 3.1.4.4Payload: The LEMV shall meet these performance requirements while carrying a payload of 7000 lbs and meeting the payload power requirements of 3.1.3. 3.1.4.5Wind: The LEMV shall sustain station keeping in the presence of a 35 knot steady wind. 3.1.4.6The contractor shall provide a detailed operational template (altitude and velocity vs. mission duration) for steady winds in excess of the parameters above, but less than 80 knots. 3.1.5Provide a global, autonomous, joint-interoperable C2 system capable of controlling the airship from a fixed command center in the US utilizing available SATCOM, terrestrial and/or aerial capabilities. 4.0Ancillary Systems The Ancillary Systems enable the command and control of the airship, and collection and dissemination of ISR data. The two general types of primary missions envisioned are Ground Moving Target Indicator (GMTI) and Imagery. Representative sensor suite configurations for each type of primary mission are provided for reference as to sensor type and data throughput considerations. 4.0.1Ground Moving Target Indicator (GMTI) Primary Mission The GMTI Configuration supports the Counter-IED, Clearing Operation, and Border Surveillance mission by providing reconnaissance, surveillance, target acquisition capabilities and communications packages to supported units. GMTI Mission Sensor Suite Elements "GMTI sufficient to detect and track dismounts and vehicles (qty 2) "SIGINT (classified payload) "Day/Night (multi-spectral) Full Motion Video (FMV) (qty 2) "Day/Night (multi-spectral) Imager to classify and/or identify dismounts detected by GMTI (qty 1) "Communications package "Acoustic sensors The payload sensor capabilities will have redundancy and/or sufficient operational availability commensurate with the aircrafts endurance capability. 4.0.2Imagery Primary Mission The Counter Insurgency (COIN) Configuration supports the Counter-IED and Clear-Hold-Build missions by providing reconnaissance, surveillance, target acquisition capabilities and communications packages to supported units and intelligence collection for the Intelligence Preparation of the Battlefield (IPB) process of supported units. Imagery Mission Sensor Suite Elements "EO/IR Full Motion Video (qty 4) "SIGINT (classified payload) "Day/Night (multi-spectral) Imager to classify and/or identify dismounts detected by other LEMV sensors (qty 1) "Day/Night (multi-spectral) Wide Area Motion Imagery Sensors sufficient to track all vehicles within a 100 km2 area and/or all dismounts within a 25km2 area. (Note, area sizes are objective.) "Communications package "Acoustic sensors The payload sensor capabilities will have redundancy and/or sufficient operational availability commensurate with the aircrafts endurance capability. The motion imagery will be in compliance with currently fielded and developmental digital motion imagery (MI) implementations within DOD, Intelligence community and National Geospatial intelligence Agency (NGA). 4.1Prototype Control Stations Design, develop, manufacture and test of prototype control stations and associated subsystems and software. This effort is inclusive of operation, maintenance, spares, documentation, training, analysis and demonstration. 4.1.1The contractor shall provide a mobile, tactically transportable C2 ground station for the platform and payload operations. This includes both fixed BLOS and mobile LOS capabilities. The contractor may propose a GFE solution comparable to Universal Ground Control Station (UGCS) hardware and operating environment. 4.1.2The contractor shall provide a functional C2 capability from existing fielded equipment such as the PM UAS CS hardware / operating system and environment or provide alternate options for PM consideration, for use in this LEMV and adaptable and/or expandable for use in and capable of achieving station-keeping metrics defined for the future higher performance platform described in Section 3.1. The C2 capability shall: Provide timely monitoring and instrumentation data and information related to integral airship operation and health and status. Provide functionally independent ground segment with any combination of communications, data processing, and mission planning hardware/software to demonstrate airship performance through launch, flight duration and recovery, including receiving and executing mission plans prior to flight and updated during flight. Enable flight and navigation capability that will enable the airship to fly within the station-keeping metrics described in Section 2.4. Enable complete way-point/route/trip navigation and remain at planned destinations until new mission requirements are provided. Enable autopilot functionality to minimize manual operator control of the airship. To the extent possible, provide interoperability with current DOD UAS common waveform, common data link structure, common payload formats and compression, standard networking practices and protocols, and common human-machine interfaces (HMI). 4.1.3The contractor shall encrypt and secure all C2 communications to current and relevant DoD Information Assurance standards to prevent unauthorized access to platform and telemetry data. 4.1.4The C2 operator interface shall involve Service tactical users early in the development process prior to key milestones and any long-lead C2 procurement. (This will ensure that the Manpower and Personnel Integration (MANPRINT) processes are part of the development process, particularly with regard to the Warfighter Machine Interface (WMI).) 4.1.5C2 data link capabilities shall be provided with redundancy and/or sufficient operational availability commensurate with the aircrafts endurance capability. 4.2Prototype Sensors Design, develop, manufacture and test of prototype sensors and associated subsystems and software. This effort is inclusive of operation, maintenance, spares, documentation, training, analysis and demonstration. 4.2.1EO/IR TBD 4.2.2GMTI TBD 4.2.3SIGINT TBD 4.3Prototype Processing, Exploitation and Dissemination (PED) Interfaces Design, develop, manufacture and test of prototype Processing, Exploitation and Dissemination (PED) Interfaces and associated subsystems and software for interfacing with tactical networks. This effort is inclusive of operation, maintenance, spares, documentation, training, analysis and demonstration. The following notional PED is provided for planning purposes. An architectural view and functional requirements will be provided at a later date. 4.3.1To the maximum extent, feasible sensor dissemination will be integrated with PED capabilities deployed in the area of operations (AO). 4.3.2GMTI will include a near-real-time (NRT) dissemination capability to a Ground Control Station (GCS) terminal(s) to be deployed in the AO with subsequent dissemination via Distributed Common Ground System (DCGS). 4.3.3SIGINT will include a SATCOM data link and NRT dissemination to classified networks. 4.3.4Imagery sensors will include a line of sight (LOS) NRT dissemination capability to supported units and LEMV sensor operators. 4.3.5FMV sensor(s) will include a LOS NRT dissemination capability to supported units [including the One System Remote Video Terminal, the FMV sensor ground terminal and exploitation suite, and subsequent BLOS dissemination through Digital Video Broadcasting Return Channel Via Satellite (DVB-RCS) systems]. 4.3.6Acoustic sensors will include a LOS dissemination capability to supported units, and LEMV sensor operators. 4.3.7Wide Area Motion Imagery sensor will include NRT exploitation of all recorded data to track vehicle/persons forwards and backwards in time via a LOS data link. 4.4Prototype Communications Systems Design, develop, manufacture and test of prototype communication and associated subsystems and software. This effort is inclusive of operation, maintenance, spares, documentation, training, performance analysis and demonstration. 5.0LEMV Studies and Analysis Perform Intelligence, Surveillance and Reconnaissance (ISR) studies and analysis directly associated with LEMV ISR prototype requirements, design, development, manufacture and test. 5.1The contractor shall develop and maintain risk mitigation plans and tradeoff analyses that adequately address, (including potential technical and non-technical risk items), as a minimum, the following issues: Materials, materials production and integration and hybrid airship construction. Power generation, management and distribution, including the use energy storage systems. Payload support capability (Size, weight and power). Payload integration Propulsion and station keeping. Thermal management. Launch and recovery. Emergency procedures C2. System integration. Launch metrics for CONUS/OCONUS, listing the Pros/Cons of each method 5.2The contractor shall establish parallel risk mitigation activities to increase the probability of successful demonstrations and flight tests. Efforts to be established are to include, but not limited to: 1. Build and test airship components or carry appropriate margins of risks based on component analysis. Airship risks mitigation solutions that are defined by carrying appropriate margins based on component analysis will be presented for government approval. 2. Build and test representative coupon materials in chambers that represent the airship operational environmental conditions (temperature, UV, and ozone). 3. Conduct ground testing, analysis, or simulation using appropriate models to evaluate proposed handling and deployment solutions. Airship risk mitigation solutions based on analysis and simulation will be presented for government approval. 4. Conduct testing, analysis and simulation of appropriate payload models to evaluate proposed integration solution/architecture. 6.0Operations and Support 6.1The contractor shall provide operations and sustainment support under the direction of the Government for the duration of the development effort and for a period of 36 months following the conclusion of the demonstration. This is to include support during demonstrations as defined by Annex A. Examples of operations and support include flight planning, hybrid airship launch and recovery, flight operations, equipment and facility maintenance and repair, routine inspections, software maintenance and upgrade, and payload support. 6.2The contractor shall develop documentation in support of operations, training and maintenance for operators, maintainers, and leadership. 6.2.1Procedures: Contractor shall develop Procedures for all essential functions and tasks. The procedures/manuals are for performing essential functions, with caveats or considerations to military personnel performing the same functions in the future. Essential functions refer to all actions required to launch, fly, maneuver, execute mission, reposition, perform emergency actions, perform recovery; and conduct maintenance, monitoring of flight systems and other necessary tasks. 6.2.2Training: Contractor shall develop training and manuals to perform essential functions mentioned in 6.21. Training packages do not necessarily need to be complete with training curriculum, but should provide basic estimates of types and lengths of training required, with basic materiel and manuals. Training needs to consider various echelons, such as training requirements for user units, commander and controllers, and Theater-level command and staff personnel. 6.2.3Logistics: Contractor shall provide initial logistics materiel, to include maintenance manuals, tools and spare parts, which can be modified to meet system logistics requirements. 6.2.4Organization: Contractor shall provide estimates of types of operators/maintainers and skills that can be translated into a military force structure. 6.2.5Personnel: Contractor shall provide estimates of numbers of operator/maintainers that can be readily translated into military operational specialties. 6.2.6The contractor is to provide a list of certain critical spares that are additional parts to sufficiently mitigate the risk of substantial program delays during flight tests. The Government may, at its option, elect to contract for these critical spare parts and will convene a spare parts conference for the purposes of providing direction to the contractor. 6.3The system must be deployed to CONUS demonstration locations and to the area of responsibility (AOR) defined by the government. Upon completion of deployment, system must be ready for ISR missions within 3 days. 6.4The contractor is to provide data collection and analyses, and any associated logistics support analysis, to support the Government military utility assessment. 7.0Software. 7.1Software design will follow an open architecture design. The software will be documented sufficiently in a form to retain the software design for re-use in later systems. The software source code and executables will be delivered to the government for all software. The use of non-developmental item (NDI) software may be acceptable if the item meets the requirements of 3.1. Contractor software products developed with Independent Research and Development (IRAD) dollars will be recognized regarding the contractors intellectual properties. 8.0Data and Reports 8.1Integrated Master Plan (IMP). Develop and update an IMP to show the overall integration at critical system events, essential tasks to integrate the system, deliver to the field and support and conduct demonstrations. 8.2Work Breakdown Structure (WBS). The contractor is to update and maintain a WBS. 8.3Integrated Master Schedule (IMS). Develop and update an IMS that complements the IMP and provides status of program accomplishments. The IMS is to define: connectivity of major program events, as well as critical paths and their duration periods, including but not limited to, trade studies, design studies, component/subsystem requirements definition, design completion and fabrication/integration, test events (including component, subsystems and integrated airship). 8.4Cost/Schedule Management. Establish implement and maintain a cost performance system that provides for the planning and control of cost and schedule, measurement of performance and generation of timely and reliable information for reporting purposes using an Earned Value Management System (EVMS) to provide an accurate picture of spending and accomplishments related to a baseline plan. 8.4.1Cost/Schedule Report: Cost/Schedule reporting is to be through the use of the Cost/Schedule Status Report (C/SSR) to be provided to the Government on a monthly basis. 8.4.2Data and Information Management: Data set to include a minimum of: 1. Engineering drawings and associated design data 2. System test and evaluation data 3. Logistics and maintenance data 4. Technical Data (system operating instructions, maintenance and overhaul manuals, components parts lists 8.5Contract Data Status and Schedules. Develop and update Data Accession List (DAL), which contains periodic reports on the status of the Contractors, as well as the Contractors subordinate suppliers/subcontractors data products. 8.6Data Acquisition Handling and Analysis Plan (DAHAP). Develop and update a DAHAP for each separate flight test mission that describes the test data required, describes the data collection, and describes data analysis methodologies, shows traceability to key issues and lists threshold levels for successful issue resolution. 8.7Test Plans. Develop and update test plans that enumerate objectives and procedures for platform and payload laboratory and field tests, along with the appropriate documentation that includes the following: "Detailed test schedule showing all start/stop dates for all phases of hardware/software tests, interface and performance tests, test facilities and test data to be obtained from each test. "Identification of all ground and flight test readiness reviews (Test Readiness Reviews, Flight Readiness Reviews, System Requirement Reviews, etc.) and show correlation with program objectives. 8.8In Process Reviews (IPR). Schedule, conduct and document IPRs quarterly and/or at significant milestones, to include: "Preliminary Design Review (PDR) and Critical Design Review (CDR) to precede fabrication of subsystems and integration of airship, unless there is a need to procure the subsystem elements as long lead items prior to these events. A list of long lead items required to be fabricated or ordered prior to PDR and/or CDR will be provided to the government. "Flight Readiness Review (FRR) prior to each flight. "Additional IPRs as directed or required by the Government (Government is to provide advance notice and intended agendas). 8.9Systems Engineering Master Plan. Develop and update a Systems Engineering Master Plan.for the LEMV system to provide disciplined technical planning and management. 8.10Final Report. The contractor is to provide an interim final report and briefing within 30 days following the 18-month development and demonstration effort and a final report and briefing at the end of the contract. The reports, in both white paper and briefing format, are to be detailed and comprehensive reports on work completed under this contract. As a minimum, the report is to contain the conceptualized design solutions for all subsystems and integration efforts, demonstration results, vulnerability analysis, and discussion of the final growth path concept and its associated risk. 9.0Intellectual Property / Data Rights The Government intends to obtain such rights in noncommercial technical data, computer software, and computer software documentation that will: ensure unimpeded, innovative, and cost effective production, operation, maintenance, and upgrade of the LEMV throughout its life cycle; allow for open and competitive procurement of LEMV enhancements; and permit the transfer of LEMV software (object and source code) to other contractors for use on other systems or platforms. This will be accomplished by the consortium and its members agreeing to a pre-negotiated Special License to cover any restrictions on noncommercial technical data, computer software, and computer software documentation to be furnished, delivered, or subject to delivery. The Special License will essentially provide Government Purpose Rights for an indefinite period. Specifically what constitutes government purpose and when the Special License comes into effect may need to be negotiated. ANNEX A LEMV Demonstration Flight Objectives The contractor is to support the Government demonstration of the LEMV. Part of that support is to include contractor conducted flight operations to enable the Government to collect various data required to evaluate operational issues, measures of performance, and measures of effectiveness. All flight operations are to meet the safety and performance requirements of the SOW. While the following schedule represents a reasonable estimate of the number, location, and duration of flights that are to occur during the Government demonstration, the actual schedule (including number of flights, objectives, location, and duration) is likely to change as the Government develops more detailed demonstration planning. For this reason, the information presented herein is to be used by offerors for preparation of their proposals in response to the Government's RFP only. The Government is to provide the actual flight schedule after contract award. Please note that the flights shown below are in addition to all flights conducted in support of contractor testing prior to the Government demonstration. Demonstration Flight Objectives1 DemoWhereWhenFlight DurationAltitudePayloadObjectives 1TBDTBDTBDTBDNoneLaunch2, C2, low altitude flight and recovery. 2TBD/Military RangeTBDDaysNote 1TBDLaunch, C2, operational altitude flight, station keeping, payload operation and recovery, lost and reestablishment of lost communications link, operations over mountain regions if possible. 3Operational Environment3rd Qtr FY 1121 days 3Note 1TBDLaunch, C2, operational altitude flight, station keeping, payload operation and recovery, lost and reestablishment of lost communications link. Note 1: Nominal 20,000 ft altitude above MSL Note 2: May be launched from contractor facility/or military range Note 3: If winds exceed the LEMV eternal speed design requirement, the required length of time on station will be adjusted based on the calculated affects the higher wind speeds have on fuel consumption and duration. The wind speed at 20,000 ft. will be determined by radiosonde balloon launches or other wind measurement capabilities. ANNEX B LEMV Candidate Missions The LEMV is an autonomous, long-endurance platform that is to enable continuous over-the-horizon communications, wide-area surveillance and protection to support theater operations without interruption in urban and mountainous terrain. Its unique performance characteristics can potentially supplant the use of otherwise unaffordable combinations of such assets as those of conventional ground, air, space, and UAVs. Each individual LEMV can provide up to 173 statute miles line-of-sight at 20,000 ft MSL for target reconnaissance, intelligence, surveillance, and other missions in support of the battlefield commander. The objective LEMV system can provide capabilities to many applications. Candidate missions for objective LEMV systems could include:.. Theater Support Optical/radar surveillance (horizontal/upward viewing) Broadband data relay of beacon, sensor, lasercom, C2, and intelligence information to various level headquarter units Intelligence sensors Utility (flight test support; experimental use of new optical/radar subsystems, communication equipment, and Intel sensors; and test of new airship subsystems) Civil Applications Wireless telecommunication (receive/transmit, relay, range extension) FAA communication range-extension relay, transponder radar beacon adjunct BLM land / NOAA / EPA surveys Homeland Security Real-time multi-band persistent area surveillance (horizontal/downward viewing) Border patrol Counter terrorism operations Drug smuggling operations Communications linking and relay Space Mission Areas Space Force Enhancement C4, intelligence, surveillance, reconnaissance Communications Position/Navigation Augmentation Space Force Application - Targeting & weapons Candidate missions for this LEMV demonstration system could include: 1.Counter-IED 2.Clear Hold Build 3.Border Surveillance 4.Reconnaissance Surveillance Target Acquisition / Force Protection (RSTA/FP) 5.Communications relay for UHF/VHF Voice Net 6.Broadband data relay Specific payload equipment that supports one or more of these missions is to be selected by the Government and demonstrated during the program. The platform will carry both classified and sensitive but unclassified (SBU) sensors. The Point of Contact for Industry comment is Marie Tornai, Contract Specialist. All comments shall be put in writing via email, mail, or facsimile. The mailing address is US Army Space and Missile Defense Command/Army Forces Strategic Command (USASMDC/ARSTRAT), CAMO-W, Bldg 3, Peterson AFB, CO 80914-4914. Email: marie.tornai@smdc-cs.army.mil. Fax: (719)554-8442. Industry comments shall be sent no later than 4:00 PM MST on 2 Oct 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG62/W91260-LEMV/listing.html)
 
Place of Performance
Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO
Zip Code: 80914-4914
 
Record
SN01954915-W 20090917/090916000644-5104ef5311642702aa0c49ab43cc50a6 (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.