Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 19, 2023 SAM #8027
SPECIAL NOTICE

69 -- Autonomous Systems Test Capability Autonomous Control System (ASTC-ACS)

Notice Date
11/17/2023 12:40:07 PM
 
Notice Type
Special Notice
 
NAICS
3333 —
 
Contracting Office
W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK-24-RFI-ASTC-ACS
 
Response Due
12/7/2023 12:00:00 PM
 
Archive Date
12/08/2023
 
Point of Contact
Constance K Hastings, Michelle T. Hoang
 
E-Mail Address
constance.k.hastings.civ@army.mil, michelle.t.hoang.civ@army.mil
(constance.k.hastings.civ@army.mil, michelle.t.hoang.civ@army.mil)
 
Description
INTRODUCTION:�The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) in support of the Project Manager Cyber, Test & Training (PM CT2) intends to use this special notice RFI to obtain responses via industry capabilities statements that reflect the currently available capabilities for safety management of autonomous Army class oversized ground vehicles. Describe your well-articulated technical solution in your capabilities statement submissions and include a cost and schedule ROM estimate for all or part of the requirements identified below. The Government is requesting submittals from interested U.S. only vendors (Small Businesses preferred) that can provide an existing commercial solution to manage and employ an independent intelligent stop to control autonomous ground vehicles. DISCLAIMER: THIS REQUEST FOR INFORMATION IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY.� THE GOVERNMENT WILL USE THE INFORMATION RECEIVED TO DETERMINE ITS ACQUISITION STRATEGY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND: The Autonomous Systems Test Capability Autonomous Control System (ASTC-ACS) is a system that will be utilized to mitigate safety concerns when conducting live testing of large, military-sized unmanned ground vehicles (UGVs). Testing shall be conducted at the Aberdeen Test Center (ATC) at the US Army�s Aberdeen Proving Ground, MD field location. The goal is to build a capability to continuously monitor UGVs and safely bring the System Under Test (SUT) to a safe state if unsafe behaviors or system faults are exhibited. ASTC-ACS desires to develop a safety monitoring hardware kit that uses the vehicle control system or soft-stop mechanism to bring the vehicle to a controlled, safe stop if a fault or violation is detected. Table 1 presents the function, description, and threshold requirements for the intelligent stop capabilities. Intelligent Stop Capabilities 1. Communications - Onboard Health Monitoring Description: The system shall have the capability to conduct onboard and remote monitoring of the autonomy's health information. The communication shall operate the parameters via the (Control Area Network) CAN Bus and Ethernet messages. Threshold: Onboard monitoring and remote monitoring. Monitor a minimum of three ""Follower"" vehicles simultaneously that will follow a ""Lead"" vehicle. 2. Communications - Vehicle-to-Vehicle (V2V) Description: The system shall monitor vehicle-to- vehicle communications and message traffic. Threshold: Monitor V2V communications between a minimum of three ""Follower"" vehicles and one ""Lead"" vehicle. 3. Agile Safety Zones - Geo-boundaries Description: The system shall monitor the vehicle's location to detect a breach to pre-defined boundary constraints on a test range. Threshold:�Detect geo-boundary breach in less than or equal to 0.10 seconds. 4. Agile Safety Zones - Mobile Description: The system shall create a mobile safety zone (""hemispheric safety bubble""), with respect to other objects, of a size that may vary with the vehicle's speed and terrain characteristics. Threshold: Mobile boundary encroachment detection in less than or equal to 0.10 seconds. The mobility safety zone size and shape shall be determined by modifiable, user- specified rules. 5. Anomaly Detection Description: The system shall detect system faults generated by the vehicle including critical mechanical and electrical anomalies that may lead to unsafe conditions. Threshold: Detect anomaly in less than or equal to 0.25 seconds. 6. Intelligent Stop Description: The system shall engage an intelligent stop mechanism using emergency stop or soft-stop via combination of hardware and software functions if the vehicle's safety system fails or an anomaly is detected. Threshold: Bring the vehicle to a controlled, safe stop that does not stress the abilities of the vehicle to perform stable mobility. 7. In addition to addressing the above stated functions, responses should address the following: a. What required infrastructure would be required to implement recommended approach? b. What position-navigation-and-timing (PNT) source is recommended (e.g.; GPS, localized-PNT solution)? Does the solution organically produce the PNT information or rely on PNT information from another source? c. What is the recommended integration architecture of the intelligent stop kit with respect to the SUT autonomy controller and the SUT by-wire controller? Does the recommended solution have a completely organic health monitoring system interfacing with the SUT's autonomy controller or would the solution require the Government to provide additional health monitoring data to the solution through another source/interface? d. What is the recommended physical integration method on the SUT? Is it platform-specific? If not, what other types of platforms can be integrated to? What are the space, weight, and power (SWAP) requirements of the solution? e. Explain how the recommended solution will be used for autonomous vehicles in other domains such as maritime (Unmanned Surface Vehicles)? f. Explain how the ASTC-ACS will be designed to minimize risk from cyber threats consistent with DoD Instruction 8500.01. ACQUISITION STRATEGY - PLANNING INFORMATION: 1. �Contract Vehicle: The determination of Contract Vehicle and Small Business Set Aside or Full and Open Competition will NOT be established until market research has been completed and the Acquisition Strategy has been approved. 2. �North American Industry Classification System (NAICS): The applicable NAICS code being considered for this effort is NAICS 333318 Other Commercial Service Industry Machinery Manufacturing with a Small Business Size Standard of <1000 Employees.� The applicable Product Service Codes (PSC) are 6910 - Training Aids or 6930 - Operation Training Devices. NOTE 01:�The current SBA Table of Small Business Size Standards was updated 17 March 2023; since the beginning of 2022, the SBA has regularly updated the table to account for inflation. Businesses must update their SAM.gov profiles in order to have their small business status reflect the most current small business size standards. Until updated, the SAM profiles will continue to display the small business status under outdated size standards. NOTE 02: In accordance with 13 C.F.R. 121.104, the current calculation for dollar (monetary) value based NAICS codes is average total receipts over the last five (5) completed fiscal years NOTE 03:� In accordance with 13 C.F.R. 121.106, the current calculation for employee based NAICS codes is average number of employees used for each pay period for the preceding completed 24 calendar months.� 3. Contract Type: The determination of Contract Type will not be established until market research has been completed and the Acquisition Strategy has been approved. Since capabilities described should currently exist, preference would be for Firm Fixed Price. 4. �Approximate Funding: Funds will be appropriated using Research, Development, Test and Evaluation (RDT&E) funding with an annual incremental amount to be determined (TBD). The United States Office of the Secretary of Defense, Test Resource Management Center, Central Test and Evaluation Investment Program retains executive oversight of this requirement. SUBMISSION DETAILS: Interested businesses shall submit a capability statement (15 pages maximum) that demonstrates their capability to fulfill the requirements described herein.� Electronic responses to this RFI shall be submitted via email to the Contract Specialist, constance.k.hastings.civ@army.mil, with an electronic copy (CC) to the Technical Point of Contract (Engineer) via email,� michelle.t.hoang.civ@army.mil, no later than 3:00 p.m. (EST) on 07 DEC 2023. Please reference the System for Award management (SAM) notice number and title in the subject line of your e-mail and on all enclosed documents (footer). Responses shall use Microsoft Office 2013 (.xlsx, .docx, .xlsx or .pptx) or Adobe Acrobat 9 Pro (.pdf) formats. Responses shall be in sufficient detail for the Government to determine if your business possesses the necessary functional area expertise and experience to be considered.� Information and materials submitted in response to this request WILL NOT be returned. All information/materials received in response to this RFI that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.�DO NOT SUBMIT CLASSIFIED MATERIAL. Written responses to this RFI should consist of the following: 1. Interested parties shall provide capability statement responses outlining technical solutions, existing capabilities, and key cost and schedule drivers related to the above-mentioned functions and requirements. Responses should indicate those functions that the response satisfies currently and those functions that would require additional design and development efforts in order to satisfy the requirement. As part of your response, it is requested you provide a Rough Order of Magnitude (ROM) cost and schedule information. 2. Is your company classified as a large or small business under NAICS code 333318; if small business, please indicate any applicable socio-economic status [i.e., 8a, Small Disadvantaged Business (SDB), HUBZone, Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB)]. 3. If you plan on subcontracting to other companies in order to deliver technical capability, please provide details on exactly which tasks will be assigned to those subcontractors; in addition, provide the names of those anticipated subcontractors, and list the anticipated percentage of small business subcontracting. **NOTE (LIMITATIONS ON SUBCONTRACTING): If you are a small business interested in being the prime contractor for this effort, please be advised that FAR clause 52.219-14 (Limitations on Subcontracting) (DEVIATION 2021-O0008) was updated in September 2021. The current clause adds the definition of �Similarly Situated Entity� and the 50% calculation for compliance with the clause. Small business prime contractors may now count �first tier subcontractor� work performed by a �Similarly Situated Entity� as if it were performed by the prime contractor itself.� To assist in our market research and set-aside determination for this effort, if you are a small business interested in priming this effort and plan to utilize a �Similarly Situated Entity� to meet the Limitations on Subcontracting requirements, please identify the name & Unique Entity ID/CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned �Similarly Situated Entity� should be included in answering any questions outlined in the RFI in order to assist the Government's capability determination.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b4e27ae1ac37487c8af403328a14450e/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD, USA
Country: USA
 
Record
SN06888658-F 20231119/231117230049 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.