SOLICITATION NOTICE
99 -- The requirement is for one (1) turnkey autonomous drive-by-wire SUV vehicle.
- Notice Date
- 5/9/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- TACOM Contracting Center (TACOM-CC), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
- ZIP Code
- 48397-5000
- Solicitation Number
- TARRES11511
- Response Due
- 6/3/2011
- Archive Date
- 8/2/2011
- Point of Contact
- Edyth McKinley, 586 282-7033
- E-Mail Address
-
TACOM Contracting Center (TACOM-CC)
(edyth.mckinley@us.army.mil)
- Small Business Set-Aside
- HUBZone
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. ARVOP - Specifications Project Title:Autonomous Robotic Vehicles on Post(ARVOP) 1.0 Background: The Joint Center for Robotics (JCR) is focused on integrating robotic capability, to develop and field high quality robotic systems through modeling, simulation, experimentation, and knowledge management. A key project within the JCR is the Autonomous Robotics for Installation and Base Operations (ARIBO). One aspect of ARIBO is the implementation of a small fleet of autonomous vehicles that will eventually assist base security in performing their patrols. This effort is applied research follow-on to the basic research conducted under the Defense Advanced Research Projects Agency (DARPA) Urban Challenge competitions. 2.0 Overview of the Requirement: The requirement is for one (1) turnkey autonomous drive-by-wire SUV vehicle. This vehicle must: 2.0.1 Have a proven track record of autonomously and safely navigating cluttered urban environments at speeds over 20 mph. {Vehicle will operate on post} 2.0.2 Be Joint Architecture for Unmanned Systems (JAUS) 3.3 interoperable, to ensure that the architecture is applicable to the entire domain of current and future unmanned systems. {Implementation will be continually refined in-house} 2.0.3 Provide up to 3kW of power to customer sensors and computing. {Continued refinement will require additional sensors and computing} 2.0.4 NOT add additional actuators to the steering wheel or column. {Allows operator, if present, to disengage computer control. Allows manual operation. Prevents cumbersome mechanisms from interfering with driver or passenger ergonomics} 2.0.5 Have an integrated safety system that has hardware only actuation of an emergency stop and an emergency manual override. {Reliability and safety.} 2.0.6 Have wireless emergency stop system with a hand-held transmitter wirelessly connected via a spread spectrum radio to a failsafe receiver with redundant microprocessors. {Reliability and safety.} 2.0.7 Have JAUS 3.3 autonomous navigation system coupled with the perception sensor package. {In order to follow rules of the road while avoiding obstacles and interacting with traffic} 2.0.8 Must allow a user to define a road network in DARPA Urban Challenge RMDF (Route and Mission Definition File) file format that includes road segments, intersections, parking lots and parking spaces and a mission definition that defines the sequence of waypoints within that road network that an unmanned vehicle is expected to navigate. {TARDEC engineers must be able to map the post and accommodate changes to post layout and path.} 3.0 Specifications: The contractor shall deliver and provide basic operational training for three (3) by meeting the following specifications: 3.0.1 Drive-By-Wire (DBW) Integration: 3.0.1.1 Hybrid-electric SUV base vehicle. 3.0.1.2 3kW power supply with AC and DC output options of 120 VAC, 5VDC, 12VDC and 24VDC 3.0.1.3 Ability to decouple the DBW system from the base vehicle through a single switch. 3.0.1.4 Ability to control steering, throttle, main brake, and gearing (forward, neutral and reverse). 3.0.1.5 Ability to control power state of base vehicle drive train (starting and stopping ignition) over Ethernet. 3.0.1.6 Ability to control throttle, steering, and gearing over Ethernet without the addition of mechanical actuators. 3.0.1.7 Ability to control braking over Ethernet with an actuator that is capable of fully engaging within one second. 3.0.1.8 Ability for an in-cab operator to apply increased braking at anytime during computer controlled operation without disengaging computer. 3.0.1.9 Ability to provide open-loop control of actuators. 3.0.1.10 Ability to provide closed-loop control of speed, acceleration, and rate of change of curvature. 3.0.1.11 Ability to transition from computer control to manual control via gearshift lever. 3.0.1.12 Ability to communicate over Ethernet using JAUS version 3.3 communication standard. 3.0.1.13 Ability to control state of the low/high beams, parking lights, fog lights, and hazard lights. 3.0.1.14 Ability to control state of OEM horn. 3.0.1.15 Ability to monitor fuel level. 3.0.1.16 Ability to monitor state of doors and/or hatches. 3.0.2 Integrated Safety System: 3.0.2.1 Two (2) external emergency stop buttons. 3.0.2.2 Internal emergency manual override button. 3.0.2.3 Internal keyed system enable. 3.0.2.4 Hardware only emergency stop capability that will fully engage the main brake within one second, disable power to the vehicle drive train, and decouple the DBW system from the base vehicle. 3.0.2.5 Hardware only emergency manual override capability that will fully retract the main brake within one second if not applied by an in-cab operator and decouple the DBW system from the base vehicle. 3.0.2.6 An external visible warning indicating that the vehicle is under computer control. 3.0.2.7 An integrated wireless emergency stop system with remote pause and stop capability, redundant processors, spread spectrum FCC Part 15 compliant radio, solid state outputs of emergency stop and emergency override, Ethernet connectivity, support for multiple simultaneous wireless transmitters, battery powered transmitter, and the ability to limit DBW operation when wireless is disabled. 3.0.3 Autonomous Navigation System (ANAV) The ANAV system must have the ability to: 3.0.3.1 Follow waypoints. 3.0.3.2 Detect obstacles. 3.0.3.3 Stop or avoid obstacles in its path while following typical rules of the road for residential and urban driving. 3.0.3.4 Operate on roads at speeds up to 25 mph while staying within lanes defined by a route network definition file. 3.0.3.5 Queue behind traffic travelling in the same lane. 3.0.3.6 Handle traffic travelling in oncoming lanes. 3.0.3.7 Handle driving in multi-lane roads where the vehicle must stay within one of the available lanes and shall signal prior to changing lanes. 3.0.3.8 Handle intersection queuing. 3.0.3.9 Handle intersection progression including, "T" intersections with one or more stop points, traffic circles, and four-way intersections. 3.0.3.10 Navigate unstructured zones such as parking lots. 3.0.3.11 Pause autonomous operation upon detection of a sensor failure or fault, when no route network definition or mission definition file is loaded, detection of a failure or fault in the drive-by-wire system. 3.0.3.12 Engage vehicle hazards to notify users when a problem has occurred. 3.0.4 On-dash Autonomous System Control (OASC) The OASC must: 3.0.4.1 Integrate seamlessly with DBW and ANAV. 3.0.4.2 Load route network definition and mission definition files as defined by the DARPA Urban Challenge into the autonomous navigation system. 3.0.4.3 Upload route network definition files and mission definition files onto the operator control station from a USB data stick. 3.0.4.4 Record mission definition file by driving the vehicle through the route network. 3.0.4.5 Retrieve logged mission definition files using a USB data stick. 3.0.4.6 Display system status including notifications, warnings, and errors.. 4.0 Deliverables: 4.1 The contractor will deliver one vehicle within 180 days after the award date. 4.2 The contractor will provide one week of on-site training for two TARDEC engineers within three weeks after delivery of the vehicles. 4.3 The contractor will set-up and demonstrate the vehicle, either coincident with or prior to the training in 4.2 5.0 Government Furnished Support The government will furnish the on-site facilities for the set-up and training. BBBBB
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b407be7c19b2bdc6591186d2f9622679)
- Place of Performance
- Address: TACOM Contracting Center (TACOM-CC) ATTN: AMSTA-CCTA-HDCB, E Eleven Mile Road Warren MI
- Zip Code: 48397-5000
- Zip Code: 48397-5000
- Record
- SN02443244-W 20110511/110509234555-b407be7c19b2bdc6591186d2f9622679 (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 |