SOURCES SOUGHT
A -- ADVANCED COMMAND AND CONTROL FOR UNMANNED SYSTEMS
- Notice Date
- 10/9/2009
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W15P7T08RP001
- Response Due
- 11/10/2009
- Archive Date
- 1/9/2010
- Point of Contact
- Gloria Prettiman, 410.436.1749
- E-Mail Address
-
US Army C-E LCMC Acquisition Center - DAAB07
(gloria.prettiman@conus.army.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION Advanced Command and Control for Unmanned Systems THIS IS A REQUEST FOR INFORMATION ONLY. THIS REQUEST IS FOR PLANNING PURPOSES, AND DOES NOT CONSTITUTE AN INVITATION FOR BIDS, A REQUEST FOR PROPOSALS, A SOLICITATION, A REQUEST FOR QUOTES, OR AN INDICATION THE GOVERNMENT WILL CONTRACT FOR THE ITEMS CONTAINED IN THIS NOTICE. THE GOVERNMENT DOES NOT REIMBURSE RESPONDENTS FOR ANY COSTS ASSOCIATED WITH SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO INTERESTED PARTIES FOR RESPONSES. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. Background and Description CERDEC Command and Control Directorate (C2D) Battle Command Division is seeking industry input in the form of an information paper to support planning for future research and development efforts addressing command and control for unmanned systems. We are seeking information that may inform us of ongoing research and existing technologies that may assist us in the formation of a program strategy. This is a Request for Information (RFI) only. It is being issued solely for information and planning purposes. CERDEC C2Ds mission is to enable quick transition of optimum capabilities to the Warfighter through research, development, integration and demonstration of technologies and capabilities, and through the unequaled support to our customers in all of our core mission areas information and knowledge management; portable and mobile power; platform integration and prototyping; environmental control systems; position and navigation; and C2 for unmanned systems. The Battle Command Division executed the Network Enabled Command and Control (NEC2) Army technology Objective (ATO) which contained the Command and Control of Robotics Entities (C2ORE) work package from FY05-FY09. Under this effort, battle command software services were developed to enable collaborative planning and execution for unmanned air and ground systems. FY10 will see the transition into follow-on research efforts into C2 for unmanned systems. Information solicited from this RFI will assist in the formulation of these plans. CERDEC C2D solicits industry's experience, concepts, and capabilities relevant to possible architectures and system design for C2 of unmanned systems. Demonstrated innovation is encouraged, and consideration of all possible solutions (i.e. use of commercial, Government, and/or military systems and components) may be entertained. Objectives Objectives of this RFI include: "Gather information on the industry technology for C2 of unmanned systems "Gather information on industry experience in: architecture, algorithms, vehicle interfaces, decision aides, and other technologies relevant to C2 for unmanned systems "Support preliminary strategy development for a potential Army ATO-Demonstration program Topics for Responses Future efforts will continue research into the development of Battle Command software to plan and manage multiple, teamed air and ground unmanned systems while extending problem space to address challenges in urban and complex environments. Greater emphasis will be placed upon the development of collaborative behaviors including air-air, air-ground, and ground-ground vehicle teaming. Additionally, advancements in unmanned vehicle autonomy will require further enhancements to planning algorithms as well as the development of new algorithms to support C2 for near-autonomous and autonomous unmanned systems. This software tool set will provide a new way of executing battle command with major emphasis on mission planning and dynamic re-planning based on the information exchanged among the battle command tools and manned and unmanned assets. Respondents may address but are not limited to the program goals below: Program Goals: "Develop software coordinate mission planning and execution for multiple unmanned assets. "Enable dynamic, real-time management and synchronization of unmanned air and ground assets "Investigate behaviors and algorithms necessary to facilitate heterogeneous unmanned vehicle teaming. "Integrate high-resolution complex environment wind, terrain, weather effects, and sensor performance models into mission planning "Develop information and knowledge management software to share unmanned sensor data throughout the network based on available bandwidth and policy restrictions. "Align efforts with ongoing TARDEC Intelligent Ground Systems (IGS) SOURCE, IMOPAT, and RVCA ATO programs "Successfully transition prototype software to a U.S. Army program of record Technologies of interest will allow the Soldier to more effectively deploy unmanned systems for operations in urban and complex environments. Warfighter payoff includes enhanced battle command software and increased autonomy for unmanned systems which will allow for more efficient management of available assets while reducing the cognitive load on the operators. This will provide greater ISR coverage and situational awareness and understanding in a complex environment. Proposed Acquisition Strategy CERDEC C2D has an existing Broad Agency Announcement (BAA SOLICITATION W15P7T-08-R-P001) as well as other contractual vehicles that may be leveraged to provide a contract award. However, industry is also welcome to describe any contractual vehicles that may be leveraged to perform work in described in respondents information paper. Submission Instructions Interested parties are encouraged to submit one information paper per company that describes the technology of interest, top-level capabilities and the operational enhancements the technology will add to the integrated systems under this topic. Information papers will be reviewed as they are received. Information papers may also be reviewed by government consultants who have executed Non-Disclosure Agreements (NDAs) with the Government. Information Paper Requirements: The document should be a maximum of five (5) pages in length, in PDF document format (PDF), single line spaced, and utilizing 1 inch margins and Times New Roman font size 12. At a minimum, the following should be discussed in the information paper: "A high level description of the concept, technology, or product "Is the proposed technology or product a proprietary solution? "Expected deliverables (hardware/software) "Whether the proposed technology is leveraged from past or existing DoD research programs. "Whether the proposed technology is leveraged from commercial programs "List of contractual vehicles that exist and may be leveraged to perform work described CERDEC C2D will attempt to review information papers within 30 days after receipt. Information papers with strong scientific and/or technical merits and relevance to the US Army CERDEC C2D mission and goals may be invited to submit proposals in accordance with the aforementioned acquisition strategy or invited to provide additional information through a one-one discussion as described below. One-on-One Discussions: Subsequent to the review of submitted information papers, the Government may hold one-on-one discussions with select respondents to this RFI, if needed. Any information provided to the Government during one-on-one discussions will be treated as proprietary upon your request to treat it as such. To the extent possible, all responses should be unclassified and for general access by the Government, other evaluators, and other respondents. All material provided (responses, discussions, questions/answers, and other data) that is not related to competition sensitive or contractor proprietary material may be provided (without attribution) to other respondents. Any material provided may be used in development of future solicitations. Any proprietary information submitted must be clearly and separately identified and marked and will be appropriately protected. The Government will NOT be responsible for any proprietary information not clearly marked. Any classified responses must meet the format and delivery instructions described in this RFI. In addition, classified delivery must be arranged in advance. Responses at classification levels above DoD SECRET are discouraged, but may be considered. Classified responses must include identification of their source of classification guidance. Responses should include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Only electronic submissions of information provided to the email address specified will be accepted. RFI responses should be sent to the following email address: https://abop.monmouth.army.mil. All emails should include in the subject line the RFI number and the submitting organizations name. Responses should be posted on the Interactive Business Opportunity Page (IBOP) not later than 1630 on 10 November 2009. Please contact Jerry Winters, Contracting Officer, jerry.winters@us.army.mil if you have any questions or concerns Disclaimers and Notes This RFI is issued solely for information and planning purposes and does not constitute a program or contractual solicitation. CERDEC C2D is under no obligation to acknowledge receipt of submissions or of the information received, or to provide feedback to respondents with respect to any information submitted under this RFI. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAB07/W15P7T08RP001/listing.html)
- Place of Performance
- Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Zip Code: 07703-5008
- Record
- SN01983724-W 20091011/091009235040-e85084f2298d4d53cc53a4e06cac3714 (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 |