Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2011 FBO #3522
SOURCES SOUGHT

25 -- The US Government is seeking sources to provide a smart display unit for a ground 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
W31P4Q11R0207
 
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 smart display unit for a ground combat vehicle. The unit is to provide all user interfaces for the ground combat vehicle. Smart Display 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: The Smart Display Units are the primary interface method for providing input to the operators and receiving commands and control from the operators necessary to operate the ground combat vehicle. Army and DoD polices are documented in DoD Directive 8500.01, AR 25-2 Information Assurance (IA), and AR 25-1 Army Knowledge Management and Information Technology. At a minimum must provide the following capabilities: 1. Operate with multiple operational platforms to include, but not limited to Windows, Linux, and VxWorks. 2.Facilitate Role Based Login that allows the operator to dynamically determine the types and formats of data to be presented as well as anticipate the needs of the operator based on the roles and responsibilities of the operator. 3.Operate through Vehicle Startup Power as defined by MIL-STD 1275D 4.Provide Nuclear Event Detectors or an approach to recover from Nuclear Events 5.Provide the capability for upgrades and expansion of the processing capability (i.e. have an expansion slot for hosting other processors along with the power management to handle additional processors with a minimum I/O as defined in Table 1) Table 1. Processor Requirements. Processor Architecture Architecture32-bit General Purpose Low-Power Microprocessor with FPP and MMU. Performance100 MIPS (minimum). Memory DRAM256MB (minimum). Larger capacities with ECC desirable. User Flash256 MB (minimum). Larger capacities supporting a Flash File System desirable. Boot ROMAs Required. Peripherals Ethernet1 10/100BaseT NIC. (10/100/1000 operation desired.) Serial Ports3 RS-232C 115.2kbps buffered (16-byte FIFOs minimum) serial ports. 4 RS-422 38.4kbps buffered (16-byte FIFOs minimum) serial ports. Optional DS101-compatible key loader serial port (Synchronous, RS-485 19.2kbps HDLC/SDLC). USB2 USB 2.0 High-Speed (480 Mbps) Ports. (Expected to be used for mass storage I/F) RTCNon-volatile real-time clock module with desired 5ppm oscillator stability. Audio Standard vehicle intercom interface. Digital InputsTTL, 5 V clamped (24V input): ARM Enable, FIRE Enable, PWR On Digital Outputs24mA@5V (LED Drive): Power On, Error, Spare System MonitorSystem Monitoring function supporting voltage, current, and temperature measurements. Elapsed time and power cycle tracking also desired. 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, such as LCD Glass technology, and the proliferation of enhancements 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: Life Cycle Cost Obsolescence Control Upgradability Size, Weight, and Power Reliability Warranty Of particular interest are Smart Display 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 Smart Display unit should meet the following criteria: 1) Address knowledge management requirements as defined in AR 25-1 2) Address IA requirements as defined in AR 25-2 3) Maintain operational status during Vehicle startup as defined in MIL-STD 1274D 4)Provide Nuclear Event Detection capability or an approach for rapid recover after a Nuclear event. 5)Perform to standard while mounted in a ground combat vehicle and experiencing the various environmental conditions documented in tables 2-6 and figure 1 above, 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 smart display systems. 2) Specific information concerning the approach for obsolescence containment and ability to accept upgrades. 3) 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. 4) 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/3c29c0fd7937ac27c2eeb5d42201cbd2)
 
Place of Performance
Address: ACC-RSA - (Missile) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN02500386-W 20110717/110715235224-3c29c0fd7937ac27c2eeb5d42201cbd2 (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.