Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 29,1995 PSA#1479

WL/AAKR, Bldg. 7 2530 C Street

A -- CREDIT CARD AVIONICS - PART 1 OF 2 SOL PRDA 96-05-AAK DUE 011696 POC Steve Willis, Contract Negotiator, 513-255-6908. This is a Program Research and Development Announcement (PRDA). Wright Laboratory (WL/AAAT) is interested in receiving proposals (Technical and Cost) on the research effort described below. Proposals in response to this PRDA shall be submitted by, 1500 hours Eastern Daylight Time, to Wright Laboratory, Directorate of R&D Contracting, Attn: Steven L. Willis, WL/AAKR, Bldg 7, Area B, 2530 C Street, Wright-Patterson AFB OH 45433- 7607. This is an unrestricted solicitation. Small businesses are encouraged to propose on all or any part of this solicitation. Proposals submitted shall be in accordance with this announcement. Proposal receipt after the cut off date and time specified herein shall be treated in accordance with restrictions of FAR 52.215-10. A copy of this provision may be obtained from the contracting point of contact. There will be no other solicitation issued in regard to this requirement. Offerors should be alert for any PRDA amendments, including those that may permit subsequent submission of proposal dates. Offerors should request a copy of the WL Guide entitled ''PRDA and BAA Guide for Industry.'' This Guide was specifically designed to assist offerors in understanding the PRDA/BAA proposal process. Copies may be requested from WL/AAKR, Bldg 7, Area B, 2530 C Street, Wright-Patterson AFB OH 45433-7607, Phone: (513) 255- 5311. B--REQUIREMENTS: (1) BACKGROUND: DoD Secretary Perry's Jun 94 directive promotes the use of Commercial-Off-The-Shelf (COTS) products as a solution to reduce military costs. One of the most exciting COTS technologies is the Personal Computer Memory Card International Association (PCMCIA) PC Card electronics developed for laptop computers. Some of these credit card-size products include memory, hard drives, and MIL-STD-1553B cards. This technology offers significant savings since it is low in power, weight, size, and cost given its target application. Credit card-size processors are also available (though they do not meet PCMCIA specifications). (2) TECHNICAL DESCRIPTION: The objective is to determine the feasibility of applying COTS PC Card processing technology to core avionics in order to lower life cycle costs through reduced weight, power, size, maintenance, and use of open commercial standards and architectures. Application is intended for both legacy systems (retrofits) and new systems. (3) TECHNICAL REQUIREMENTS: (a) PC Card Study. The contractor shall establish requirements for current/future avionics hardware and software, including interfaces, and identify potential PC Card benefits and deficiencies with respect to those requirements, (b) Insertion Concepts. The contractor shall develop alternative avionics insertion concepts for PC Card technology and identify the tradeoffs associated with each. Issues pertinent to the military use of PC Cards shall be addressed including, but not limited to, total synergistic environmental operation, packaging, reliability, testability, maintainability, fault tolerance, data security, commercial standards, logistics, product availability (upgrades, replacements, vendor vanish), retrofit, integration with current SEM-E hardware, and life cycle cost, (c) Prototype(s). As a minimum, the contractor shall develop a CCA hardware prototype plus operating system and avionics application software. This prototype shall be in a MIL-like function/form factor suitable for demonstrating CCA concept feasibility. The offeror may propose to develop additional prototypes to demonstrate competing insertion concepts, (d) Evaluation. The contractor shall develop and execute a plan, subject to Government approval, for evaluation and feasibility demonstration of the insertion concepts and CCA prototype(s). Evaluation shall involve environmental testing of critical elements as a minimum, and shall be sufficient to demonstrate proof of concept (preferably in an existing system integration lab), (e) Transition Study. The contractor shall identify potential platforms and develop strategies for insertion of CCA technology in those platforms, C--DATA AND OTHER DELIVERABLES: (1) DATA: The contractor shall prepare and deliver the following data (The term ''/T'' means tailored.): (a) Status Report, DI-MGMT-80368/T (monthly), (b) Funds and Man-Hour Expenditure Report, DI-FNCL- 80331/T (monthly), (c) Contract Funds Status Report (CFSR), DI-F- 6004B/T (quarterly), (d) Scientific and Technical Reports, Contractor's Billing Voucher, DI-MISC-80711/T (monthly), (e) Project Planning Chart, DI-MGMT-80507A/T (monthly), (f) Presentation Material, DI-ADMN-81373/T (ASREQ), (g) Scientific and Technical Reports, Final Report, DI-MISC-80711/T (Draft and Reproducibl Final), (h) Technical Report - Study/Services, PC Card Study, DI-MISC-80508/T, (i) Test Plans/Procedures: Evaluation Plan, DI-NDTI-80808/T. (2) REVIEWS: A Kickoff Meeting shall be held at Wright-Patterson AFB within two weeks after contract award. Quarterly technical reviews shall be conducted with the location alternating between the contractor's facility and Wright-Patterson AFB. The Final Review shall be held at Wright-Patterson AFB. D--SPECIAL CONSIDERATIONS: (1) INTERNATIONAL TRAFFIC IN ARMS RESTRICTIONS (ITAR): ITAR requirements apply to this effort. (2) SECURITY REQUIREMENTS: After award, access to classified information is required to review avionics architectures and applications in order to determine processing requirements and interfaces. A Contract Security Classification Specification (DD Form 254) will be included in the contract. E--ADDITIONAL INFORMATION: (1) ANTICIPATED PERIOD OF PERFORMANCE: The total length of the technical effort is 24 months. The contractor shall also provide for an additional 4 months for processing/completion of the final report, for a total contract duration of 28 months. (2) EXPECTED AWARD DATE: Jun 96. (3) GOVERNMENT ESTIMATE: The government anticipates a single award funding profile of $120,000 in FY96, $338,000 in FY97, and $453,000 in FY98. This funding profile is an estimate only and not a promise for funding as all funding is subject to change due to Government discretion and availability. (4) TYPE OF CONTRACT: Cost Plus Fixed Fee (CPFF) completion or Cost (no fee). Any grants or cooperative agreements awarded will be cost (no fee). End of Part 1. (0331)

Loren Data Corp. http://www.ld.com (SYN# 0001 19951128\A-0001.SOL)


A - Research and Development Index Page