SPECIAL NOTICE
A -- LADAR for SOF Technology Experimentation
- Notice Date
- 2/2/2012
- Notice Type
- Special Notice
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
- ZIP Code
- 33621-5323
- Solicitation Number
- RFI-LADAR01-2012
- Archive Date
- 3/20/2012
- Point of Contact
- Geneva Emiliani, , Peter T. Coffey,
- E-Mail Address
-
geneva.emiliani@socom.mil, pete.coffey@socom.mil
(geneva.emiliani@socom.mil, pete.coffey@socom.mil)
- Small Business Set-Aside
- N/A
- Description
- A. INTRODUCTION: This is a Request for Information (RFI) and is NOT a solicitation for proposals, proposal abstracts, or quotations. This RFI does not constitute a commitment implied or otherwise that the U.S. Special Operations Command (USSOCOM) will make any procurements pertaining to this matter. Further, the Government will NOT be responsible for any cost incurred by respondents for furnishing this information. The purpose of this RFI is to gain information leading to Government/Industry collaboration for development of U.S. Special Operations Command (USSOCOM) technology capabilities and to assist in accelerating the delivery of these capabilities to the warfighter. The United States Special Operations Command (USSOCOM) Program Executive Officer - Rotary Wing (PEO-RW) invites industry, academia, individuals and labs to submit technology experimentation papers addressing innovative technology capabilities used in austere environments specifically, to provide a laser/light detection and ranging subsystem (LADAR/LIDAR) that will detect physical obstacles and terrain anomalies affecting the safety of SOF rotary wing aircraft in all phases of flight. This LADAR/LIDAR subsystem will be part of a low cost hardware and software system that will provide pilots with enhanced situational awareness enroute to the objective and during take-off / landing in degraded visual environments. This system will integrate into existing Special Operation Forces (SOF) RW platform radar, sensors, multi-function displays, and Common Avionics Architecture System (CAAS). After review of the technology experimentation paper submissions, the Government may invite select candidates to demonstrate their capabilities at Camp Roberts, CA in May 2012. This experiment will provide an opportunity for the submitter to interact with USSOCOM personnel for the purpose of USSOCOM assessing potential impact of emerging LADAR/LIDAR technology solutions on USSOCOM missions and capabilities. B. OBJECTIVE 1. Background: Since 2001, SOF has experienced multiple accidents and numerous combat losses resulting from operations in degraded visual environments (DVE). This has resulted in fatalities, serious injuries and over $211.0M in aircraft accidents documented by the Combat Readiness Center (CRC). The DVE program will develop a hardware and software solution that will provide pilots with enhanced situational awareness enroute to the objective and during take-off / landing in any environment. This solution will also include cable and obstacle detection enroute to the objective and on the landing zone. An airborne light weight LADAR/LIDAR system may be considered part of the potential DVE solution. 2. Experiment Focus: Experiments will be conducted in May 2012 at Camp Roberts, CA to explore the application of emerging technology solutions providing SOF rotary wing with LIDAR/LADAR capabilities. These systems will be required to demonstrate the ability to perform a landing zone assessment with sufficient resolution to maintain the continuity of aircrew situational assessment. All LIDAR/LADAR system candidates should also approach satisfying the following objective capabilities: a. Operation in GPS-denied environments for up to a 30-minute loss of GPS signal. b. Capable of providing accurate obstacle displays without prior area survey. c. Low Size, Weight, and Power (SWaP) combination. d. Potential for LADAR hardware integration inside the physical configuration of the AN/ZSQ-2(V) electro optical system. e. Dust rejection algorithms to reject dust returns and to see attenuated objects beyond dust cloud. f. Detect and display obstacles through dust clouds of 3 g/m3 density. Technology to be demonstrated shall be at a minimum Technology Readiness Level (TRL) 6. Detailed information on TRLs can be found at http://www.dod.mil/ddre/doc/May2005_TRA_2005_DoD.pdf For this experiment, the systems will be ground based and will operate in a fog/dust environment. Each candidate will have no more than 4 daylight hours to conduct the set-up, demonstration, and teardown of the system. The results assessment criteria are as follows: a. Initial landing zone obstacle detection at 1000 feet range or higher. b. Final landing zone obstacle detection and display at 150 feet range or higher. c. Mapping of terrain and obstacles 2 inches and larger. d. Detect wires/cables of 3/8 inch diameter or smaller. e. Detect 6 inch obstacles and features (crevices, height or width) f. Generate and provide terrain slope information. g. Scan/receive/refresh/record rate fast enough to support pilot's needs in a dynamic landing zone, which could include moving vehicles or personnel within this landing zone. h. Eye-safe spectrum operations. 3. Security Requirements: The submittal process under this RFI is intended to be as streamlined as possible in order to allow the government to leverage technology solutions that are capable of meeting urgent warfighter needs. Vendors shall not submit classified information in the technology experimentation papers. 4. Other Special Requirements: DO NOT SUBMIT PROPOSALS. SUBMIT LADAR/LIDAR EXPERIMENTATION PAPERS ONLY. No contracts will be awarded based solely on this announcement. C. SUBMISSION INSTRUCTIONS: 1. General Information: Technology experimentation papers shall not exceed three pages using a PDF format and no less than 10-point font. The Respondent shall prepare an additional unclassified, non-proprietary title and summary page at the beginning of the document. Product data sheets may be included with the technology experimentation paper and will not be counted against the page count. Technology experimentation papers exceeding three pages may not be considered. This will be at the sole discretion of the Government. Multiple papers addressing different LADAR technology experiments may be submitted by each respondent. Papers may be reviewed by Government personnel or support contractors. Each technology experiment paper must address only one experiment. Select respondents will be invited to participate in the USSOCOM experiment. USSOCOM shall provide venues, supporting infrastructure and assessment (operational and technical) personnel at no cost to the respondent. The respondent's travel costs and technology experiments will be at the respondent's expense. 2. Submission Format: Section A: Respondent Name, point of contact, Title, Date, E-Mail Address, Phone #, Fax #, Organization/Office Symbol, and Address. Section B: Capability Description--What is the capability you are proposing to demonstrate during the experiment? What is the intended purpose of this technology? How will the capability enhance SOF mission effectiveness? Describe limits of environment in which this solution can operate. Section C: Technology Experiment--How do you envision execution of the technology experiment? What is the proposed demonstration methodology? Section D: Support Components--What additional support is required for the experiment including hardware, software, data, facilities, and training? Include information on required radio frequency spectrum if any. Section E: Please note related federal contracts to include point of contact and current telephone number and address. D. BASIS FOR SELECTION TO PARTICIPATE: Selection of respondents to participate will be based on the extent to which the technology represents a particular class or level of capability that can be provided to Special Operations Forces. Other considerations include: - Technical maturity - Adaptability to SOF rotary wing military operations/missions - Adaptability to current SOF rotary wing mission equipment architecture - Relevance to current operational needs E. ADDITIONAL INFORMATION: All efforts shall be made to protect proprietary information that is clearly marked in writing. Lessons learned by USSOCOM from these experiments may be broadly disseminated. but only within the Government. If selected for participation in the Technology Experimentation, vendors may be requested to provide additional information that will be used in preparation for the experiments. F. USE OF INFORMATION: The purpose of this notice is to gain information leading to Government/Industry collaboration for development of USSOCOM technology capabilities and to assist in accelerating the delivery of these capabilities to the warfighter. All proprietary information contained in the response shall be separately marked. All proprietary information contained in response to this request will be properly protected from any unauthorized disclosure. The Government will not use proprietary information submitted from any one firm to establish future capability and requirements. USSOCOM will not publicly disclose proprietary information obtained as a result of this RFI. To the full extent that it is protected by law and regulations, information identified by a respondent as Proprietary or Confidential will be kept confidential. G. SPECIAL NOTICE: Respondent's attention is directed to the fact that Federally Funded Research and Development Centers (FFRDCs) or contractor consultant/advisors to the Government will review and provide support during evaluation of submittals. When appropriate, non-Government advisors may be used to objectively review a particular functional area and provide comments and recommendations to the Government. H. Per FAR 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997): (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. In accordance with FAR Clause 52.209, Contractor Qualification Requirements (Feb 1995), the purpose of this RFI is to solicit technology experimentation candidates from R&D organizations, private industry, and academia for inclusion in future experimentation events coordinated by USSOCOM and NPS. Responses to this RFI must be submitted no later than 15:00Eastern Standard Time, on March 5, 2012. RFI submissions will be accepted as email attachments only. All responses must be sent to Geneva Emiliani, contract specialist at geneva.emiliani@socom.mil or Peter M. Coffey, Contracting Officer at Peter.Coffey@socom.mil. An email confirmation of receipt from USSOCOM will be sent within a one-week period to the designated point of contact.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/RFI-LADAR01-2012 /listing.html)
- Place of Performance
- Address: Contracting Office Address:, 7701 Tampa Point Blvd, MacDill, Florida, 33621-5323, United States
- Zip Code: 33621-5323
- Zip Code: 33621-5323
- Record
- SN02666398-W 20120204/120202234856-f6fea375d168afa72f9bc5048b1301c4 (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 |