SOURCES SOUGHT
12 -- The US Government is seeking sources to provide a navigation unit for a tracked combat vehicle.
- Notice Date
- 7/15/2011
- Notice Type
- Sources Sought
- Contracting Office
- ACC-RSA - (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W31P4Q11R0210
- Response Due
- 8/15/2011
- Archive Date
- 10/14/2011
- Point of Contact
- Justin McDaniel, 256-876-0845
- E-Mail Address
-
ACC-RSA - (Missile)
(justin.mcdaniel2@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a request for information (RFI) only. This is not an Invitation for Bids (IFB), Request for Quotations (RFQ), or Request for Proposals (RFP). The US Government is seeking sources to provide a navigation unit for a tracked combat vehicle. The unit is to provide highly accurate position and pointing data to a fire control system. Navigation units of interest would include those currently in production and employed in combat vehicles, those soon to be in production with a prospective customer standing by, and those under design that might be available within the next five years. Background: Current navigation units employ and integrate a combination of inputs to achieve and maintain position and pointing accuracy. These include Selective Availability Anti-Spoofing Module (SAASM) Global Positioning System (GPS) units, Inertial Measurement Units (IMU), periodic episodes of no movement in order to detect IMU drift, odometer readings, the use of Survey Control Points (SCP) for updates, and both motor control readings and resolvers. Each of these inputs has limitations, based on the tactical situation (such as GPS denial or the infeasibility of ceasing movement or visiting an SCP) or on inherent sensor biases that increase the overall error as a function of time. The appropriate integration of all these inputs is necessary to achieve the accuracy required by current combat operations, with their emphasis on precise employment of munitions in order to limit or prevent collateral damage. The state of the art is illustrated by the current requirements for the M270A1 Multiple Launch Rocket System (MLRS) launcher, which meets the requirements given below: DataConditionsAccuracy Initial HeadingStored Heading0.25 sec(lat) mils PE within 2 min No Stored Heading0.25 sec(lat) mils PE within 5 min Moving, GPS PPS available0.25 sec(lat) mils PE within 15 min Initial Roll / Elevationall0.17 mils PE Pointing: AzimuthGPS or ZUPT10.3 mils PE + 0.25 sec(lat) mils PE no GPS or ZUPTRSS 0.05 mils/hr and 0.25 sec(lat) mils PE Pointing: Roll and ElevationGPS or ZUPT10.2 mils PE no GPS or ZUPTRSS 0.03 mils/hr and 0.17 mils PE PositionGPS and IMU10 m horizontal CEP and 10 m vertical PE GPS standalone10 m horizontal CEP and 10 m vertical PE No GPS, move 40 km times cos(lat) 2 10 m horizontal CEP and 10 m vertical PE No GPS, move > 40 km times cos(lat) 2< 0.05% distance traveled times sec(lat) horizontal CEP, < 0.05% distance traveled times sec(lat) vertical PE No GPS or ZUPT, move 6.7 km310 m horizontal CEP and 10 m vertical PE No GPS or ZUPT, move > 6.7 km3< 0.15% distance traveled, both horizontal CEP and vertical PE Velocityall 0.1 m/s RMS Timeall 0.1 msec Notes:1. One 30-second ZUPT per hour over a 24-hour period 2. SCP initial position, odometer aiding, 30-second ZUPT every 10 minutes 3. SCP initial position and odometer aiding Abbreviations: CEP - Circular Error Probable cos - cosine km - kilometer lat - latitude m/s - meters per second mil - milliradian (US Army definition, 6400 mils per circle) min - minutes msec - milliseconds PE - Probable Error PPS - Precise Positioning Service RMS - Root Mean Square RSS - Root-Sum-Square sec - secant ZUPT - Zero Velocity Update Due to the complexity of the task, there are challenges in fielding units that are inexpensive, small, reliable, and easy to upgrade. In particular, the obsolescence of many digital parts after a relatively short time in the field and the proliferation of enhancements such as those contemplated for the Block III GPS satellites provide a challenge when trying to repair or upgrade current systems. Careful employment of modular design, including group of parts by obsolescence blocks, and an open architecture would provide the Army with significant cost savings over the long term as compared with current systems. Program Objective: The Army seeks to explore the potential for improvements in each of the areas outlined above. Specifically, improvements over current designs in one or more of the following areas are of interest: Obsolescence Control Upgradability Life Cycle Cost Accuracy Size, Weight, and Power Reliability Warranty Of particular interest are position and pointing systems that are already in use by military systems or are slated for such use in the near future. The ability to achieve economies of scale in both initial and life cycle costs is highly relevant. Unit Capabilities In order to be of interest, the navigation unit should meet the following criteria: 1) Make the following data available to the fire control system via Ethernet 10/100/1000 Base-T: a) Earth reference azimuth heading from true North in radian semicircles b) Elevation and roll from the horizontal plane in radian semicircles c) Position in WGS-84 (using the EGM 96 geoid) longitude / latitude coordinates d) Altitude in meters with respect to mean sea level e) Lapsed time from power-on f) Velocity in meters per second 2) Make full use of GPS when available by a) Incorporating all SA/AS functions in its SAASM-compliant receiver IAW CZE-93-105 and SS-GPS-001 b) Using or being easily upgraded to use the projected capabilities of the Block III GPS satellites, including the M signal. c) Using either the classified "red" GPS crypto variables (weekly or GUV) or the unclassified "black" GPS crypto variables. d) Having an "aircraft mode" that allows the fire control system to receive data from GPS repeaters in a military aircraft while in flight so the system is ready for employment upon landing. 3) Store in non-volatile memory: a) Operational software, including updates received from the fire control system b) Serial number information c) Line Replaceable Unit (LRU) configuration d) Modification status e) Date and place of manufacture f) LRU Built-In-Test results g) GPS data not requiring protection, if applicable h) Current attitude and position information 4) Store GPS and security key information in volatile memory in accordance with current NSA and Information Assurance requirements. 5) Receive key input from the fire control system via DS101, DS102, or Ethernet. 6) Detect nuclear events and use the detection to circumvent or prevent loss of critical data from non-volatile memory. 7) Perform to standard while mounted in a ground combat vehicle and experiencing the various environmental conditions documented in and tested according to MIL-STD 810G. Response Guidelines: Vendor responses are limited to 10 written pages and should be made by e-mail. The information submitted should include: 1) Description of the company's past and current relevant performance for ground-vehicle-mounted position and navigation systems that require a high degree of pointing accuracy. 2) Approach for providing a position and pointing unit that improves on any or all of the characteristics of interest as outlined in Program Objective above, including overall unit design. 3) Specific information concerning the approach for obsolescence containment and ability to accept upgrades. 4) Description of the current or projected use of the proposed unit, to include military and civilian program(s), unit density, and timelines for its adoption. 5) Name, telephone number, fax number, street address and e-mail address for Program, Technical and Cost points of contact information Interested firms who believe they are capable of providing the above mentioned items and that possess a required SECRET clearance, are invited to indicate their interest by providing: a) Company name, company address, overnight delivery address (if different from mailing address), Cage Code, point of contact, e-mail address, telephone number, fax number; b) Business size (i.e. large, small disadvantaged, veteran owned, woman owned, etc...) c) Affirmation of cleared personnel All responses shall be unclassified. All assumptions, including any assumed Government support, shall be clearly identified. All proprietary and restricted information shall be clearly marked. The closing date for this RFI is 15 AUG 11. The Government will not reimburse contractors or responders to this notice for any costs incurred in responding, or any subsequent exchange of information. All responses shall be transmitted electronically to justin.mcdaniel2@us.army.mil. POC: Justin McDaniel Contract Specialist U.S. Army Contracting Command (AMCOM) CCAM-TM-C 256-876-0845 Justin.mcdaniel2@us.army.mil This RFI is for planning purposes only and shall not be considered as an IFB, RFQ, or RFP. Additionally, there is no obligation on the part of the Government to acquire any products described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the Army in developing its acquisition strategy. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/86da24fe9f96230d51c1757b39745550)
- Place of Performance
- Address: ACC-RSA - (Missile) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN02500272-W 20110717/110715235112-86da24fe9f96230d51c1757b39745550 (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 |