Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 4,1996 PSA#1566

R&D Contracting Directorate, 2530 C St, Wright-Patterson AFB, 45433- 7607

A -- LOW COST INSERTION OF COMMERCIAL TECHNOLOGY INTO LEGACY AIRCRAFT, PART 1 OF 2 SOL PRDA NO. 96-17-AAK POC Contact Kimberly K. Atkinson, Contract Negotiator, (513) 255-5252 or James E. Leighty, Commercial Officer, (513) 255-5252. A--INTRODUCTION: Wright Laboratory (WL/AAKD) is interested in receiving proposals (technical and cost) on the research effort described below. Proposals in response to this PRDA shall be submitted by 23 May 1996, 1500 hours Eastern Time, addressed to Wright Laboratory, Directorate of R&D Contracting, Building 7, Area B, Attn: (Ms. Kimberly K. Atkinson, WL/AAKD) 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 submission after the cutoff date 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 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/AAK, Wright-Patterson AFB, OH 45433-6503, telephone (513) 255-6969. B--REQUIREMENTS: (1) BACKGROUND: Secretary of Defense William Perry's June 1994 Best Commercial Practices (BCP) initiative was aimed at reducing overly complex and unnecessary practices of using military standards and specifications. By promoting the use of commercial standards and practices, in addition to the use of Commercial-Off-The-Shelf (COTS) hardware, the cost of acquiring and supporting weapon systems will be reduced. However there are many challenges in using commercial products for avionics systems. There are many hardware and software pitfalls in an avionics upgrade or retrofit effort. Accordingly, a system engineering approach is essential in achieving significant life cycle cost savings. The ''Low-Cost Avionics Through Best Commercial Practices'' report written by WL/AA members, {available from WL/AAST-3} pointed out a number of issues related to the use of commercial technology in the military environment that need to be addressed in a case by case basis in order to apply COTS effectively. (2) TECHNICAL DESCRIPTION: The objective of this program is to determine the extent that commercial-based hardware and software technologies can be cost-effectively applied for currently-fielded Air Force avionics. Navy and Army vehicles applications will be considered as options. This will be accomplished by validating the most cost-effective systems approach for using COTS-embedded avionics for selected (currently fielded Air Force) aircraft as proposed by the offeror. This validation will provide the required guidance to Air Force System Program Office (SPOs) and weapon system users on the use and application of commercial technology. There is a range of COTS products to consider, which include: packaged devices, circuit boards, commercial real-time operating systems, and general purpose processors modules. This effort will determine the extent that commercial product(s) are applicable to the particular platform(s) selected and the extent that more conventional military hardware and software approaches must be used to complement COTS use. (3) TECHNICAL REQUIREMENTS: The scope of this effort is divided into three phases. Phase-I is a weapon system trade study and analysis effort to investigate and establish baseline information and concept design options for the most cost effective manner to upgrade the aging fleet avionics and define the work to be accomplished in the other two phases. The trade studies will include the use of commercial technology, applicability of an open system architecture for aging aircraft avionics upgrades, software re-engineering implications, the use of modeling and simulation tools where applicable, and hardware description language tools to capture the legacy designs of obsolete electronic parts. These trade studies will be performed for the different technology areas in the avionics system of the selected application, like: architecture, processing, radar, communication, and electronic warfare as examples. A System Demonstration Baseline report will be required during Phase I. This report will provide guidance to the WL/AA Directorate and the different System Program Offices by means of a roadmap for the proposed weapon system avionics upgrades emphasizing the mix of commercial and military technology candidates applicable to the areas of architecture, radar, on-board/off-board integration, communication, navigation, identification, electronic warfare, sensors, and electro-optics. The report will also address any application of these technologies to other Air Force, Navy, Marine, and/or Army platforms as they apply. Phase-II will consist of detailed design, development and demonstration of the selected COTS application(s). Phase III will include environmental testing, definition of an obsolescence strategy and Engineering & Manufacturing Development (E&MD) plan for the selected COTS application(s). As part of the overall effort, the contractor(s) shall address the following specific objectives, but not limited to: (a) Determine the proper mix of commercial and militarized packaging, cooling and interconnect technologies required for the selected application. This should include a detailed analysis of the environmental conditions to which the selected candidate will be subjected in the weapon system. (b) Establish the required levels of testability and BIT required to meet the maintenance and supportability requirements. (c) Define the maintenance support and disposal strategies required by the use of COTS in the intended application(s). (d) Document the expected life cycle cost savings that could be achieved by using COTS in the selected application. (e) Address sparing, warranties, configuration management, software impacts, data security, Electro-Magnetic Interference (EMI), commercial standards, logistics, obsolescence management, retrofit, integration with current hardware and software, and life cycle cost implications. (f) As a minimum, the contractor shall develop a hardware prototype(s) plus the required software to demonstrate feasibility of the COTS concept. The software that is developed or used shall be written in the programming language Ada to the maximum extent possible. This prototype shall comply with the existing function(s)/form factor(s) and be able to withstand the required environmental requirements of the selected platform(s) and be flight qualifiable. (g) The contractor(s) shall develop and execute an evaluation plan, subject to government approval, for evaluation and feasibility demonstration of the selected COTS application(s) prototype(s) in a military system(s). This evaluation shall include environmental testing as a minimum and shall be sufficient to demonstrate proof of concept. (h) The contractor(s) shall identify potential transition candidates for the selected COTS application(s) and develop strategies for an E&MD and transition plan. (i) The contractor(s) shall indicate the relationship and coordination of the proposed COTS application with the producer of the proposed aircraft. C--DATA AND OTHER DELIVERABLES: (1) The contractor(s) shall prepare and deliver the following data (the term ''/T'' means tailored) items: (a) Status Report, DI-MGMT-80368/T (quarterly), (b) Funds and Man-Hour Expenditure Report, DI-FNCL-80331/T (quarterly), (c) Contract Funds Status Report (CFSR), DI-FNCL-81468/T (quarterly), (d) Scientific and Technical Reports, Contractor's Billing Voucher, DI-MISC-80711/T (monthly), (e) Project Planning Chart, DI-MGMT-80507A/T (ASREQ), (f) Presentation Material, DI-ADMN-81373/T (ASREQ), (g) Scientific and Technical Reports, Final Report, DI-MISC-80711/T (Draft and Reproducible Final), (h) Technical Report - Study/Services, System Demonstration Planning (6 months ACA), DI-MISC-80508/T, (i) Technical Report - Study/Services, E&MD Planning, DI-MISC-80508/T, (j) Test Plans/Procedures: Evaluation Plan, DI-NDTI-80808/T. (2) REVIEWS: A Kickoff Meeting shall be held at Wright-Patterson AFB within 30 days 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 REGULATIONS (ITAR): ITAR requirements apply to this effort. (2) SECURITY REQUIREMENTS: It is expected that all work performed under the contract(s) will be unclassified and that the effort(s) will not require access to classified material. E--ADDITIONAL INFORMATION: (1) CONTRACTS AWARDED: The government is planning to award up to two (2) contracts. Each contract shall include a Phase Authorization Clause. The decision to authorize Phase II and/or Phase III shall be at sole discretion of the government. (2) ANTICIPATED PERIOD OF PERFORMANCE: The total length of the technical effort is estimated to be 60 months. The contractor(s) shall also provide for an additional 4 months for processing/completion of the final report. The duration of the phases is estimated to be: 18 months for Phase I, 24 months for Phase II, and 18 months for Phase III. (3) Expected Award Date: 1996 August - September. (4) Government Estimate: The funding estimate for the total program is $4796K. The anticipated government funded level of effort for Phase I is around 3 to 5 man-years. The government funding per contract (assuming 2 awards) is estimated to be $2398K. This funding is an estimate only and is not a promise for funding as all funding is subject to change due to Government discretion and availability. (5) Type of contract: Cost Sharing or Cost Plus Fixed Fee (CPFF) or Cost (no fee). Any grants awarded will be Cost (no fee). (6) Government Furnished Property: None contemplated. (7) Size Status: For the purpose of this acquisition, the size standard is 500 employees (SIC 8731). (8) Notice to Foreign-Owned Firms: Such firms are asked to immediately notify the Air Force point cited below upon deciding to respond to this announcement. Foreign contractors should be aware that restrictions may apply which could preclude their participation in this acquisition. (0093)

Loren Data Corp. http://www.ld.com (SYN# 0001 19960403\A-0001.SOL)


A - Research and Development Index Page