Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2010 FBO #3133
SPECIAL NOTICE

A -- Integrated short-range, low-bandwidth, wearable communications, sensing and networking technologies.

Notice Date
6/21/2010
 
Notice Type
Special Notice
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W81NLC-0134-3001
 
Archive Date
9/19/2010
 
Point of Contact
Michael D'Alessandro, 5082335703
 
E-Mail Address
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(mike.dalessandro@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Research, Development and Engineering Contracting Center, Natick Contracting Division in support of the US Army Research Institute of Environmental Medicine, is soliciting concept papers from interested firms for integrated short-range, low bandwidth, wearable communications, sensing and networking technologies that will enable the analysis, display, and remote monitoring of physiologic, and geo-location data from free-roaming dismounted Warfighters in austere military training settings. The Government intends on awarding one contract under topic C.7 Body-Worn Systems, Hand Held Devices, and Smart-Lightweight Electronic components/Modules for Soldier Protection, Knowledge Management and Cognitive Improvement of the US Army Natick Soldier Research, Development and Engineering Center (NSRDEC) Broad Agency Announcement (BAA) 09-11. These technologies will be used to improve the safety and effectiveness of training, decrease the likelihood of environmentally-induced injuries, and speed evacuation in the event of illness or injury. The envisioned three-tiered network topology includes an on-body bi-directional inductive Personal Area Network (I-PAN) integrated with a Squad Area Network (SAN) that links individual trainees with their instructor/squad leader. The third tier is formed by a repeater backbone capable of relaying data from a SAN to a central Tactical Operations Center (TOC). The overall design must adhere to a minimalist philosophy of simplicity of operation, robustness, technological transparency to the Government, openness to new third-party sensors and algorithms, and ease of maintenance. The desired technologies generally fall into the category of mobile, ad-hoc, delay/disruption-tolerant mesh networks. A fully operational prototype network comprising a minimum of 5 Trainee Nodes, 1 Instructor Node, 1 Repeater Node, and 1 Tactical Operations Center Node that includes user interface and network setup and data management software, is desired at the end of Phase One. The work effort for Phase two and Phase three (comprising contract option years) will focus on scaling the system to Platoon and Company level applications, respectively. Each node must be capable of hosting Government-furnished health state classification algorithms and of storing both physiologic and network performance data for later analysis. The system and its underlying technologies must ultimately be scalable for simultaneous use by Battalion-sized groups. The BAA is available at https://www3.natick.army.mil under Broad Agency Announcement. The BAA contains instructions for submission of concept papers. Interested parties are invited to submit a concept paper under the topic referenced above and shall submit via email to USARIEM.BMD@AMEDD.ARMY.MIL by 6 July 2010. The Government shall evaluate all white papers and provide a written response/proposal invitation to the offerors on or about 16 July 2010. Any questions concerning this acquisition should be addressed to Mr. Michael DAlessandro at the above address or via email to Mike.Dalessandro@us.army.mil. The Natick BAA is effective from 1 April 2009 through 31 March 2011. It is anticipated that cost plus fixed fee contract will be awarded. In accordance with FAR 16.301-3, for an anticipated cost type contract to be awarded, potential offerors must ensure that they have an adequate accounting system, as determined by their cognizant Defense Contract Audit Agency (DCAA) office. This synopsis expires 30 Jul 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1181d3154768e729ab3746f7b175f461)
 
Record
SN02182881-W 20100623/100621234456-1181d3154768e729ab3746f7b175f461 (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 |
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.