Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 03, 2013 FBO #4362
SOURCES SOUGHT

16 -- Request for Information for Brownout Rotorcraft Enhancement System (BORES) sensor and system technologies assessed at TRL 4 or greater

Notice Date
11/1/2013
 
Notice Type
Sources Sought
 
Contracting Office
ACC-RSA - (Aviation), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
RFIBORES
 
Response Due
11/1/2013
 
Archive Date
12/31/2013
 
Point of Contact
Leslie Duncan, 256-313-0438
 
E-Mail Address
ACC-RSA - (Aviation)
(leslie.duncan@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. 1. INTRODUCTION: The Government is issuing this RFI announcement for brownout sensor and system technologies that can be assessed at Technology Readiness Level (TRL) 4 or greater. This announcement constitutes an official RFI as defined in FAR 15.201(e) and DOES NOT constitute a Request for Proposals (RFP) or commitment to issue a RFP in the future. The Government is not seeking proposals at this time and will NOT accept unsolicited proposals for this RFI. Respondents are advised the Government will not pay for any information or administrative costs incurred in responding to this RFI. The costs for responding to this RFI shall be borne solely by the responding organization. Responses to this RFI notice are not considered offers and cannot be accepted by the Government to form a binding contract (see FAR 15.201(e)). The information provided herein is subject to change and in no way binds the Government to pursue any course of action described herein. Follow-up questions may be asked of responders for clarification, but this will not indicate a selection or preference. 2. PURPOSE: The purpose of this RFI is to update previously obtained information and to identify potential new technology solutions providing enhanced pilotage capabilities for safe rotorcraft operations in brownout flight conditions caused by sand and dust that can be encountered by rotorcraft during low altitude/airspeed flight. The Government is interested in receiving information on solutions that address airborne sensor(s), synthetic vision, and data/sensor fusion technologies associated with hazard/threat identification, depiction, deconfliction, flight path cueing, and guidance under brownout conditions. 3. DVE DEFINITIONS: 3.1 Pilotage: The system must emulate and display the external visual field. The imagery must be sufficient to conduct specific maneuvers demanded by the mission as well as all necessary flight maneuvers to the same level of precision as is done in Visual Meteorological Conditions (VMC). The emulation of the visual environment must be accurate, intuitive, and include the ability to identify features (e.g., landmarks, terrain, obstructions, other aircraft, etc.), as well as other parameters sufficiently to be able to quote mark see and avoid quote mark those features while safely conducting landing, takeoff, limited hover/ground taxi flight maneuvers. 3.2 Brownout Rotorcraft Enhancement System (BORES): The BORES is the integration of aircraft sensor(s) and pilotage information/cueing devices. The objective of a BORES is to expand the range of environments in which an aircraft can safely conduct intentional landing, takeoff, limited hover/ground taxi in zero-zero brownout conditions. 3.3 Situational Awareness (SA): SA is knowledge and understanding of the current situation, which promotes timely, relevant, and accurate assessment of friendly, enemy, and other activities within the operational environment in order to facilitate decision-making. 3.4 Hazard Detection/Avoidance: Aircrews require the capability to detect and avoid, via visual, aural, or tactile means, impending collision with terrain, obstacles, or adjacent aircraft in a suitable amount of time that supports corrective or pre-emptive actions. 4. REQUESTED INFORMATION: BORES solutions should address operations in brownout conditions with emphasis on sensor(s) and synthetic vision technologies. Provided information should include enabling technology/components, system specifications, actual test data or demonstration results as well as potential future commercial or government activities and expected improvements due to key enabling research and technology developments. Respondents should also include individual technology elements and/or integrated system approaches that include TRL information (definitions referenced at http://www.acq.osd.mil/chieftechnologist/publications/docs/TRA2011.pdf; pages 2-14 and 2-15) and prospective development timelines. Graphs are encouraged to illustrate key performance drivers and trade space. A description of the system concept of operation: - Adaptability to rotary wing military operations/missions (e.g., takeoff, landing, limited hover/ground taxi). - Adaptability to current Utility and Cargo rotary wing mission equipment architectures. - Identify the major components of the proposed system concept and any application specific information. - Current status of any system/component at TRL Level 4. Description of efforts respondent intends to execute to achieve Level 5 or greater. - Define any critical issue that must be overcome for this concept to achieve TRL 8/9. - Identify technical and programmatic risks associated with the system concept. - Identify any special handling equipment requirements. - Government-furnished property (GFP)(i.e., equipment, existing systems, hardware, software, facilities, and information) required. Identify all assumptions associated with GFP. - Include an assessment of system capability in a brownout environment. - Identify any area within the proposed concept where other than unlimited data rights are to be asserted. - Include substantiating modeling simulation or test data to support performance estimates. - Time phased estimated cost separated into Research, Development, Test & Evaluation (RDT&E) and Procurement in constant FY2013 dollars. - Provide details on system component costs to include development, average manufacturing unit cost, and operations and sustainment cost (include training). - Include post fielding Operation & Support (O&S) costs and assumptions (manning, maintenance, etc). - Provide all cost estimate assumptions. All information submitted in response to this RFI shall become the property of the Government and will NOT be returned. The Government is under no obligation to provide feedback to respondents with respect to any information submitted under this RFI. 5. RESPONSE INSTRUCTIONS: Companies and organizations are invited to respond to this RFI by submitting a white paper of no more than five (5) one-sided pages. The size of the submittal should not exceed 5 MB. This white paper should outline the technology as it relates to the topics mentioned herein, and include the applicable system specifications listed in Appendix A. Proprietary information should be minimized and clearly marked as such. See FAR 3.104-4; 52-215-1(e). White papers shall NOT contain data that is Classified or limited by International Traffic and Arms Regulation (ITAR). Submitted information may be incorporated in subsequent Government publications. The white papers will be reviewed by Government personnel and their support contractors. To be reviewed, the statement quote mark Releasable to USG Agencies and their supporting Contractors for Review Only quote mark must accompany any propriety submission. All information provided will be adequately protected. Material from respondent white papers, with the exception of identified propriety information, may be incorporated into future program documentation. All submitted white papers shall follow the outline below and be provided in Microsoft (MS) Word format. Submission shall be capable of being printed on 8.5x11 size paper with one inch margin (top, bottom, left, & right) and a 12-point Times New Roman font. Line spacing shall be set no less than single space. A. Title Page Company or organization name Complete mailing address Designated Point of Contact (name, telephone number, and e-mail address) Business, Size Standard, and NAICS Code B. Executive Summary C. Technical content and proposed solution(s) D. System Specification spreadsheet (Appendix A) (excluded from page count) E. Cost Data a. Include cost data requested in paragraph 4. b. Include estimated minimum and maximum cost data range for Development Cost and Average Manufacturing Unit Cost (assume a production quantity of 975 systems). F. Company or Organizational information a. Technical Competencies b. Certifications In order to protect the integrity of any possible future acquisition, no additional information other than the information contained in this RFI will be provided. In addition, no appointments for presentations will be accepted. 6. RESPONSE DATE: Submissions of white papers are due to the contracting office identified below by 3:00PM Central Standard Time (CST), December 02, 2013. All responses shall be submitted to the following email address: leslie.duncan@peoavn.army.mil If a late submittal is received, acceptance of such will be at the discretion of the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/04eb4223715c05a5618145cea9708bd2)
 
Place of Performance
Address: ACC-RSA - (Aviation) ATTN: CCAM, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN03226754-W 20131103/131101234042-04eb4223715c05a5618145cea9708bd2 (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.