Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2017 FBO #5655
SOURCES SOUGHT

16 -- MOTOR CONTROL UNIT HARDWARE AND SOFTWARE

Notice Date
5/16/2017
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
 
ZIP Code
22448-5100
 
Solicitation Number
N0017817Q3032
 
Archive Date
7/1/2017
 
Point of Contact
CARMELL BEARD, Phone: 540-653-4706
 
E-Mail Address
carmell.beard@navy.mil
(carmell.beard@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet, NECO is the alternative in the event FBO is unavailable. Please feel free to access information posted by the Navy Sea Systems Command. This is a Request for Information (RFI) by the Naval Surface Warfare Center, Dahlgren Division (NSWCDD). This Request for Information is published in accordance with FAR Part 15.201(e), and is for PLANNING PURPOSES ONLY. It does not constitute a Request for Proposal (RFP), or a commitment by the U. S. Government, nor should it be construed as such. Respondents are advised that NSWCDD is under no obligation to acknowledge receipt of information received, or provide feedback to respondents with respect to any information submitted under this RFI. There shall be no basis for claims against the Government as a result of any information submitted in response to this RFI. The Government does not intend to award a contract on the basis of this RFI, or reimburse RFI preparation costs incurred by any offeror when providing the information requested under this notice. If a solicitation is released at a future date, it will be synopsized on the Federal. 2.0 PROGRAM BACKGROUND 2.1 NSWCDD is expanding government ownership in the area of actuated gimbal control for both conventional and directed energy weapon systems. The Weapon Computing and Control Systems Branch at NSWCDD currently provides 2-axis gimbal control and stabilization (outer loop) for multiple conventional gun weapon systems and both inner and outer control for directed energy weapon systems. The actuator control (inner loop) has been historically managed outside the government and typically with Commercial Off The Shelf (COTS) solutions. Efforts are currently being focused on the development of a scalable government owned gimbal control architecture that can be used across many different weapon systems/platforms with the possibility of merging the inner and outer control loops as needed. 3.0 SPECIFIC INFORMATION OF INTEREST 3.1 This RFI is soliciting information from industry on multi-axis actuated gimbal control systems. The goal is to identify both Commercial Off The Shelf (COTS) and custom components capable of meeting the requirements below. More than one information package is permissible per offeror. 3.2 The multi-axis gimbal control architecture shall be scalable between various conventional and directed energy weapon systems with the ability to adapt to each individual performance requirement and specific feedback device(s). The scalable gimbal control architecture shall be based on a cascaded architecture involving two control loops (inner and outer) for control and stabilization of an actuated gimbaled weapon system. The outer loop shall manage stabilization and pointing position of the gimbaled weapon while the inner loop manages actuator control and commutation. 3.2.1 The computing architecture shall support installation and execution of government developed control software. All computing architecture components and supporting interfaces shall be non-proprietary open standards and fully accessible by the government developed control software. Any proprietary third party software specified as part of the computing architecture shall have a clearly defined and documented interface. At a minimum, the actuated gimbal control architecture shall support the following: • Open computing architecture that allows the government to install and execute additional applications in conjunction with any vendor specific control software • Scalable across multiple weapon systems varying in rate/fidelity requirements • Ability to add/replace/remove computing components as needed • Ability to interface with standard and custom gimbal feedback devices, to include but not limited to encoders, gyros, resolvers, etc. • Any proprietary third party control loop tuning software shall be fully documented with all parameters defined and accessible via government control software • Ability to fully tune both inner and outer control loops without vendor firmware updates • Complete description of control architecture (filters, control loops, etc.) for all configurable parameters • Support integration of multiple stabilization feedback devices • Provide basic input/output interfaces, e.g. analog, serial, Ethernet, etc. • Options for RS422, Ethernet, and direct coupled via software inner loop command interfaces with support for rates greater than or equal to 1 Khz 3.2.2 The actuator control and commutation architecture shall be capable of interfacing with the computing architecture identified above (3.2.1). Any proprietary third party software specified as part of the actuator control and commutation architecture shall have a clearly defined and documented interface. The power electronics associated with the actuator control and commutation architecture shall be a standalone replaceable unit thereby providing an overall scalability of the system to multiple platforms. At a minimum, the actuator control and commutation architecture shall meet the following system specifications: • Support control rates ~10x outer loop rate • Capable of interfacing with both proprietary and non-proprietary motors • Replaceable components capable of operating on a variety of ship and aircraft power systems, i.e. 28VDC, 120VAC 60HZ, and 120VAC 400HZ • Dual-axis control system • Utilize Insulated-Gate Bipolar Transistor (IGBT) technology or similar • Interface for control of external brake and/or clutch for each motor • Each brake and clutch shall be controllable via external commands or signals • Include external regenerative braking and/or regenerative power capabilities • Regenerative power should include a non-proprietary interface for real-time monitoring. • Incorporate health monitoring capabilities to assess the condition of connected motors • Health monitoring should include a non-proprietary interface capable of real-time monitoring 4.0 SUBMISSION INSTRUCTIONS and FORMATTING REQUIREMENTS 4.1 NSWCDD is seeking from responders, content in a briefing or presentation package format on capabilities addressing technology areas outlined in section 3.1. Any responses to this announcement should reference synopsis number N00178-17-Q-3032, and should be directed to Contract office POC, Carmell T. Beard. Required Submittal Format: - Company Name and Address - Point of Contact (to include phone/fax/e-mail) - Technical POC (to include phone/fax/e-mail) - All submitted information should be at the unclassified level - Microsoft PowerPoint presentation recommended - Cost and schedule details recommended - Electronic submissions are strongly encouraged in Microsoft or Adobe PDF format 4.1 NSWCDD may request further information regarding the capabilities of respondents to meet the requirements as deemed necessary. At no cost to the Government, responding vendors/offerors may continue technical dialogue via this market survey through the Contract Specialist after the initial response is provided. 4.2 Information received shall be treated as Business Sensitive and will not be shared outside Government activities and agencies without permission of the provider. Any information supplied under this RFI shall be provided free of charge to the Government. 4.3 If responses contain proprietary data, it shall be marked appropriately. It is the respondent's responsibility to clearly define to the Government what is considered proprietary data. 4.4 NSWCDD requests offerors' responses No Later Than 12:00 PM EST, 06/16/2017. Submissions will be accepted after this date, but feedback may not be as timely or contribute to NSWCDD's strategic planning. All communications with industry must be coordinated through the cognizant Contract Specialist, Carmell T. Beard. Information should be e-mailed to carmell.beard@navy.mil or mailed to Naval Surface Warfare Center, Dahlgren Division (NSWCDD) 17632 Dahlgren Road, Bldg 183, Room 102, Dahlgren, VA 22448-5110. Responses should be labeled with the sources sought number and title(N00178-17-Q-3032). 5.0 QUESTIONS and POINTS OF CONTACT Any questions regarding this synopsis should be addressed to Carmell T. Beard at carmell.beard@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017817Q3032/listing.html)
 
Record
SN04511466-W 20170518/170516235526-88af5689e9c91e1abbde7ff6ca52fc63 (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.