Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 24, 2016 FBO #5266
MODIFICATION

16 -- Degrade Visual Environment/Brown-out Rotorcraft Enhancement System

Notice Date
4/22/2016
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W58RGZ) Aviation, SPARKMAN CIR BLDG 5303, Redstone Arsenal, Alabama, 35898-0000, United States
 
ZIP Code
35898-0000
 
Solicitation Number
W58RGZ16R0098
 
Archive Date
12/24/2015
 
Point of Contact
Robert L. Johnson, Phone: 2568424981, Christi Edwards,
 
E-Mail Address
robert.l.johnson4.civ@mail.mil, christi.s.edwards.civ@mail.mil
(robert.l.johnson4.civ@mail.mil, christi.s.edwards.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI UPDATE: The below information provides the Aviation Systems Project Management Office's assessment to close out the Request for Information (RFI) from Industry. The Project Office conducted market research with industry and other government agencies to assess current and planned Degraded Visual Environment (DVE) capabilities as possible solutions to enable approach, landing and takeoff in brownout conditions. The responses to the November RFI, a Joint Service Information Exchange, data provided by Other Government Agencies, and information from military commands resulted in the determination that an existing technology already being developed by the Government meets the Army's requirement. This strategy will not only provide a solution for integration onto Army aircraft, but will also ultimately save money and provide a capability to the Army Aviation community sooner than new development and procurement strategies. Leveraging elements of, and collaborating with, existing programs not only extends resources, but reduces costs, lowers technical risk and accelerates the Army fielding schedule. With this strategy, the Army will capitalize upon the existing effort to support a limited fielding to select platforms. The DVE/Brownout Rotorcraft Enhancement System team will turn its focus to defining the technology integration plan. Please provide all responses and/or inquiries no later than 1630 (CST) 29 April 2016. Responses and/or inquiries sent after that date/time group will not be considered. In coordination with the ACC-Redstone, the Project Management Office will conduct an Industry Day beginning 0900 (CST) 20 May 2016 (location TBD) to address all questions and inquiries from industry that were submitted prior to the 29 April suspense. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. 1. INTRODUCTION: This announcement constitutes an official RFI as defined in FAR 15.201(e) and DOES NOT constitute a Request for Proposals (RFP) or commitment the Government to issue RFP in the future. The Government is not seeking proposals and will NOT accept unsolicited proposals for this RFI. Responses to this RFI notice are not offers and cannot be accepted by the Government to form a binding contract. This RFI is not a promise and provides no indication that the Government will consider or contract for the responses. This RFI does not commit the Government to contract for any supply or service. Nor does its issuance obligate or restrict the Government to any particular acquisition approach. The information provided herein is subject to change and in no way binds the Government to pursue any course of action described herein. Respondents are advised the Government will NOT pay for any information or administrative costs incurred in responding to this RFI; all costs associated with responding to this RFI shall be borne solely at the interested party's expense. All submissions will be become Government property and will not be returned. Not responding to this RFI does not preclude participation in any future RFP if any is issued. If a solicitation is released, it will be synopsized on FedBizOps website. It is the responsibility of the potential responders to monitor this site for additional information pertaining to this RFI. 2. BACKGROUND: The Program Manager for Aviation Systems (PM AS) within the Program Executive Office for Aviation (PEO AVN) is interested in receiving information on sources capable of designing, developing, and integrating a multi-spectral sensor fusion system to support helicopter pilotage in brownout conditions. The solution needs to specifically address airborne sensor(s), synthetic vision, and data/sensor fusion technologies associated with hazard detection/avoidance, depiction, and deconfliction. The Degrade Visual Environment/Brown-out Rotorcraft Enhancement System (DVE/BORES) system will be integrated onto UH-60M/V, HH-60M and CH-47F aircraft to provide aircrews with the ability to perform intentional and deliberate approach, landing, and takeoff (including limited hover and ground taxi) for operations in brownout conditions. PM AS intends on entering the Engineering, Manufacturing and Development (EMD) Phase for DVE/BORES in 2QFY17 with a planned Production Decision in 1QFY20. Systems or products presented should be at least at a Technology Readiness Level (TRL) 6 by 1QFY17. Other systems or products may be considered if they have a clearly defined path to TRL 6. Interested parties who submit an integrated system (system provider) are ideal, but the Government will also consider responses that address partial system (component provider) such as individual sensors or the sensor fusion engine. Companies that choose to submit a response to this RFI that responded to either of the two previous RFIs (PD ANMP RFI dated 1 November 2013 and the NVESD RFI dated 8 July 2015) are encouraged to reference their responses rather than repeating information previously provided to the Government. 3. PURPOSE : The purpose of this RFI is to assess current industry capabilities to meet the DVE/BORES requirement to provide a pilotage system to allow safe aircraft operations in a brownout environment. 4. SYSTEM DESCRIPTION: The DVE/BORES program will provide a near-term pilotage capability for safe rotorcraft operations in brownout conditions caused by sand and dust that are encountered by rotorcraft during intentional and deliberate approach, landing, and takeoff (including limited hover and ground taxi). The DVE/BORES program will include the development of a sensor capability and the subsequent integration onto the UH-60M/V, HH-60, and CH-47F aircraft. It will include A-Kits and B-Kit development. Each A-Kit will consist of aircraft integration software, hardware, and cables required to install the B-Kit onto an aircraft type. The B-Kit will consist of sensors, sensor fusion, symbology overlay, sub-components, and on board data processing necessary to provide a pilotage capability. The DVE/BORES program will consist of sensors and a Sensor Fusion Processor. The sensors may include, but are not limited to, Forward Looking Infrared (FLIR), Millimeter Wave (MMW) Radar, and Light Detection and Ranging (LiDAR). The Sensor Fusion Processor will fuse sensor data with existing map and obstacle data to provide an image to the aircraft Multi-Function Display or Heads Up Display. 5. DEFINITIONS: (a) Pilotage System: A system that presents primary flight reference data that provides usable aircraft state and navigation data/information that is accurate and intuitive, along with a clear representation of the external flight environment, sufficient to detect prominent landmarks and "sense and avoid" all terrain, obstructions, and other aircraft; must provide the ability to safely navigate and perform all necessary task maneuvers to a defined standard, to include take-off, landing, and unusual attitude recovery, within the given flight environment. (b) 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. 6. SYSTEM REQUIREMENTS: (a) Provide Pilotage capability to detect/avoid obstacles in brownout with particulate density or 3000 milligram per cubic meter. (i) Detect obstacles up to 30 degree Field of View (FOV) within a 60 degree Field of Regard (FOR) from the sensor(s), as related to the longitudinal axis of the airframe. (ii) Detect obstacles up to 30 degree FOV in elevation from the sensor(s) for the FOR necessary to support the normal pilot line of sight, as related to the normal approach and takeoff angle of the aircraft, looking forward. (iii) Detect a 1 foot x 1 foot x 1 foot object at 500 feet slant range from the aircraft centerline as related to the normal approach and takeoff angle of the aircraft, looking forward. (b) Visual Flight Cues (i) Enable aircrews to perform a controlled termination to a geospatial reference within 3 meters/9.8 feet. (ii) Enable aircrews to maintain hover position over a geospatial reference plus or minus 1 foot laterally/vertically for altitudes up to 100 feet Above Ground Level (AGL). (iii) Enable aircrews to determine and maintain awareness of own ship position within 5 meters/16.4 feet in relation to terrain, obstacles, and adjacent aircraft within 75 meter/246 foot radius of own ship. (c) System Architecture: DVE/BORES system architecture shall be adaptable, upgradable, and reconfigurable, taking into consideration modular and open system design benefits including Future Airborne Capability Environment (FACE) and Joint Common Architecture (JCA). (d) System Weight: Less than or equal to 200 pounds. (e) Wire Detection Aspect Angle: Detect minimum 3/8 inch wires out to 500 feet distance. (f) Terrain and Obstacle Proximity: Enable determination and presentation of own ship position plus or minus 2 meters, vertically and horizontally, in relation to terrain and obstacles within the FOV. (g) Terrain Slope Detection: Detect slope angle to within plus or minus 2 degrees over a 150 foot radius of the intended landing point. (h) Minimum Detection Range: Smallest resolvable distance from sensor to object 0.5 meter/1.6 feet. (i) Range Resolution: Minimum discernable distance between two objects 0.5 meter/1.6 feet at 500 feet. (j) Hazard Warning: Enable collision warnings to aircrews within 30 meters/98.4 feet or 20 seconds warning of potential impact, whichever is greater. 7. REQUESTED INFORMATION: DVE/BORES solutions should address operations in brownout conditions with emphasis on sensor(s), synthetic vision technologies, and symbology presentation. 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 2-13 and 2-14) and prospective development timelines. (a) Technical Content and Proposed Solution(s): System Providers (integrated systems) should describe the overall system performance with respect to the System Requirements listed above along with the performance of each component. Component Providers (component systems) should describe applicable characteristics of their products and describe how they apply to the overall system requirements. Identify any system performance requirements that cannot be met in the proposed timeframe and provide a recommended change with supporting rationale to that system requirement. The response should include the following: (i) A description of the system concept of operation. Include an assessment of system capability in a brownout environment and anticipated display symbology and cueing. (ii) Substantiating modeling simulation or test data to support performance estimates. (iii) A description of major components including a specification sheet for each component with envelope dimensions, weight, and power requirements as a minimum. An outline drawing or configuration control drawing for each component is desired. (iv) A description of the Sensor Fusion Processor architecture including how it could be designed to meet the requirements or the FACE Technical Standard. Estimated Source Lines of Code (SLOC) for the Sensor Fusion Processor. (v) Plans for Internal Research and Development (IRAD) or Government funded development (if Government funded identify contract and Government POC). (vi) Risks or issues with providing a solution within the planned timeframe. (vii) Plans to transition the product to production and production capabilities. (b) Support Concept: System providers (integrated system) should describe the overall system support concept along with any unique component support concepts. Component providers (partial system) should describe the support concept for their product. The responses should include the following: (i) Notional maintenance concept for the system and components. (ii) Initial data rights assertions. (iii) Proposed system performance metrics. (iv) Existing training materials and technical manuals for a system and components. (v) Special handling, tooling and facilities requirements. (vi) Hazardous materials associated with the system. (vii) Government-furnished property (GFP) requirements. (c) Cost Data: Based on an estimated contract award date at the beginning of 3QFY17 and an EMD Phase of 30 months resulting in a Production Decision in 1QFY20, provide a time phased estimated cost separated by EMD, production, and operations & sustainment (O&S) in constant base year (BY) 2015 dollars. The response should include the following: (i) Estimated minimum and maximum cost data range for Development Cost and Average Manufacturing Unit Cost assuming a production quantity of 975 systems (B-kits and one-third of the B-kit per each aircraft). (ii) System component costs to include development, average manufacturing unit cost, and O&S cost (include training and publications) and life cycle cost drivers. (iii) Post fielding O&S costs and assumptions (manning, maintenance, etc.). (iv) All cost estimate assumptions. 8. RESPONSE REQUIREMENTS AND FORMAT: All interested parties are invited to respond to this RFI by submitting a white paper of no more than forty (41) one-sided pages (one page for title page, 20 pages for white paper, and 20 pages for drawings). The size of the submittal should not exceed 20 MB. All submitted white papers shall follow the outline below and be provided in Microsoft (MS) Word Office 2007 compatible format or Adobe PDF format and should be free of all computer viruses. Submission shall be capable of being printed on 8.5x11 inch paper with one inch margin (top, bottom, left, and right) and no smaller than 12 point Aerial font. Line spacing shall be set no less than single space. Drawings shall be capable of being printed on 11x17 inch paper and no small than 10 point font. The white paper outline is as follows: a. TITLE PAGE to include the following: (i) Company or organization name and mailing address (City/State/Zip) (ii) Company web page URL, if any (iii) Point of Contact (name, title, phone number, and e-mail address) (iv) CAGE Code and NAICS Code (v) Based on this NAICS code, Business Size (i.e. large, small, small disadvantaged, veteran owned, woman owned, etc.) (vi) Business Information for any teaming or joint venture partners, if any. (a) Company name and mailing address (City/State/Zip) (b) CAGE Code and NAICS Code (c) Based on this NAICS code, Business size for teaming or joint venture partners (e.g., small, 8(a), women-owned, hub-zone, SDB, Service-Disabled Veteran-owned). (vii) A statement as to whether company (to include for any teaming or joint venture partners) ownership is domestic or foreign (if foreign, please indicate country of ownership. b. Executive Summary c. Technical Content and Proposed Solution(s) d. Support Concept e. Cost Data Proprietary information should be minimized and clearly marked as such (See FAR 3.104-4; 52-215-1(e)). The Government shall NOT be liable for, or suffer any consequential damages, for any proprietary information not properly identified. White papers shall not contain data that are Classified or limited by International Traffic and Arms Regulation (ITAR) (See DoD Directive 5230.24). Submitted information may be incorporated in subsequent Government publications. 9. REVIEW PROCESS: The Government will review white papers to assess the responder's ability to meet the requirements identified by the characteristics in paragraph 6 and 7 of this RFI. The responses will NOT be scored and/or ranked. White papers that fail to comply with the instructions in paragraph 8, or present ideas not pertinent to subject, may not be reviewed. Hard copies of attachment posted on FBO will not be made available. The white papers will be reviewed by USG 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. 10. RESPONSE DEADLINE: Submissions of white papers are due no later than 4:00 pm Central Standard Time (CST) on 9 December 2015. White papers shall be submitted electronically via the U.S. Army Aviation and Missile Research Development and Engineering Center (AMRDEC) Safe Access and File Exchange website (https://safe.amrdec.army.mil/safe/). Use the following distribution email address as prompted by the site: robert.l.johnson4.civ@mail.mil. The subject line for the email submission should read: RFI: DVE/BORES - YOUR COMPANY NAME. No hard copy or fax responses will be accepted. If a late submittal is received, acceptance of such will be at the discretion of the Government. 11. QUESTIONS OR REQUEST FOR CLARIFICATION: All questions relating to this RFI shall be submitted via email to Army Contracting Command-Redstone (ACC-RSA) point of contact (POC) Robert Johnson, Contract Specialist, email address: robert.l.johnson4.civ@mail.mil. NO telephone calls will be accepted. Questions shall NOT contain proprietary or classified information. In order to facilitate a timely response, it is preferred any questions or requests for clarification be received by 4:00 pm CST on 1 December 2015. Responses to the questions received will be answered and posted on this FedBizOpps website. The Government reserves the right to not address questions received after 5:00 pm CST on 1 December 2015. 12. POST SUBMISSION GUIDELINES: Responses submitted in response to this RFI will not be returned. The Government is under no obligation to provide feedback to respondents with respect to any information submitted under this RFI. There is no guarantee that any submission in response to this RFI will result in a Government program. The Government may or may not use any responses to this RFI as a basis for a subsequent project. The information submitted in response to this RFI may be used to help the Government further define its requirements. If the Government develops a program that addresses any submitted or similar topic, the resulting procurement will address technology and business specific requirements as defined by the Government to achieve the required objectives. Any projects developed from the RFI responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be publicized accordingly. Responders to this RFI will have no competitive advantage in receiving any awards related to the submitted topic area. Responders who do not submit a white paper to this RFI will not be prohibited from submitting a proposal if a RFP is published at some point in the future. 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, the Government reserves the right to request presentations only for clarification of technical content and proposed solutions (system/component) addressed in the white papers received. The Government will contacted the responder for presentations. Presentations will be held via teleconference only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/79acb1b412555161bc67a93e651e3268)
 
Record
SN04093307-W 20160424/160422234629-79acb1b412555161bc67a93e651e3268 (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.