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