Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2012 FBO #3869
SOURCES SOUGHT

A -- Request for Information(RFI) for a CDU Replacement

Notice Date
6/26/2012
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
ACC-RSA - (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q-12-R-0840
 
Response Due
7/9/2012
 
Archive Date
9/7/2012
 
Point of Contact
Terrance Jennings, 256-876-1785
 
E-Mail Address
ACC-RSA - (Missile)
(terrance.jennings@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) FOR AIRBORNE RADIO CONTROL DISPLAY UNIT (CDU) REPLACEMENT REQUEST FOR INFORMATION OR SOLICITATION FOR PLANNING PURPOSES (OCT 1997): This is a Request for Information (RFI) issued pursuant to FAR 15.2. The U.S. Army Research, Development and Engineering Command (RDECOM), Aviation and Missile Research, Development, and Engineering Center (AMRDEC) Redstone Arsenal, AL, on behalf of the U.S. Army, desires to obtain information on aviation qualified Control Display Units (CDU) that could potentially serve to integrate the control of most, if not all, voice and data tactical radios into a single control and display device. Pursuant to FAR 15.2 this notice is being issued as a Request for Information. 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. Further, (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; (c) This solicitation is issued for the purpose of conducting a market survey for an affordable airborne radio CDU replacement. OVERVIEW: The Program Manager - Aviation Mission Equipment (PM AME) is investigating the availability of a mature, aviation qualified Control Display Units that could potentially serve to integrate the control of most, if not all, voice and data tactical radios into a single control and display device across the Army Aviation bussed and non-bussed manned helicopter fleet. SCOPE: AMRDEC is seeking to leverage existing, proven, and air-worthy technology solutions from industry to facilitate a rapid integration of a modern CDU on bussed and non-bussed Army Aviation aircraft. The CDU needs to be software configurable so that the government can host its own software on the hardware solution. It is desired that the CDU support two MIL-STD-1553 interfaces, two Ethernet interfaces, and two serial (RS-422) interfaces, be Night Vision System (NVS) compliant, and have qualification documentation to support airworthiness qualification claims. RESPONSE REQUIREMENTS: Your response is not limited by page count. A corporate capability brief may be included as an attachment. Information provided should be limited to unclassified data. The response should contain the following information: Hardware Technical Description oProcessor, Memory, and Nonvolatile Storage oCommunications/Control Interfaces 2 MIL-STD-1553, 2 serial (RS-422) and 2 Ethernet desired. Minimum of 1 serial and 1 Ethernet interfaces required with approach for future expansion. oPower / Electrical 28 Vdc power compatible with MIL-STD-704 aircraft power required. oPhysical Dimensions, including installation constraints and drawings 5.75" (width) x 3.40" (height) x 12.00" (depth) maximum Dzus fastener mounting desired oDisplay type Night Vision Image Sensor (NVIS), Type 1, Green A compatible oEnvironmental (Provide current specifications and explain any plans to meet MIL-STD-810 testing) Explain any plans to meet testing requirements Operational temperature range: -40OC to +71OC required -55OC to +71OC desired Storage temperature range: -62OC to +85OC Altitude: 20,000 ft Temperature, altitude, humidity, vibration, shock, salt fog, sand/dust, fungus, and explosive atmosphere Testing performed per MIL-STD-810 using Army rotary-wing aircraft limits oElectromagnetic Compatibility (EMC) (Provide current specifications and explain any plans to meet MIL-STD-461testing) Testing per MIL-STD-461 using Army rotary-wing aircraft limits CE101, CE102, CE106, CS101, CS114, CS115, CS116, RE101, RE102, RS101 and RS103 Software Technical Description / Requirements: oThe Army is seeking proposed solutions for software reprogrammable Control Display Unit (CDU) which will host Army and 3rd party developed software applications. The primary application will be the AMRDEC Software Engineering Directorate (SED) developed Reusable Radio Control Component (R2C2) which is a C++ application which provides configuration and control of radio devices installed on Army Rotorcraft Platforms. The modernized CDU should address the specific capabilities indicated below: Provide a software programmable general purpose computing environment with requisite processor, volatile memory, Input/Output (I/O), and persistent storage. Provide sufficient Random Access Memory (RAM) (threshold) to run a Real Time Operating System (RTOS) and host third party software applications. DESIRED: NLT 64 Megabytes (MB) of RAM and offeror is encouraged to propose systems with additional RAM as an objective. Provide a general purpose processor with sufficient processing throughput to run a RTOS and host third party software applications. DESIRED: NLT 500 (Million Instructions Per Second) MIPS and the offeror is encouraged to propose systems with additional processor capacity as an objective requirement (e.g. PowerPC 750, Intel Pentium III, VIA C7, or ARM11 would all meet the minimum requested throughput). Provide Non-volatile (NVM) storage to retain the system's executable software, operating system, and configuration data. Systems with any NVM technology including but not limited to flash, hard disk, or programmable read only memory (PROM) would be acceptable. DESIRED: NLT 512 MB of NVM Flash and the offeror is encouraged to propose systems with additional NVM capability as an objective. A real time operating system (RTOS) is required for all proposed solutions. The offeror may select the RTOS vendor and version as long as it includes the following features: RTOS is DO-178B Level B certifiable for flight software airworthiness. RTOS certification package for DO-178B compliance is available for review and concurrence by Army Airworthiness authorities. A board support package compatible with the proposed RTOS is provided. Software drivers compatible with the RTOS are provided for all hardware devices resident within the system including but not limited to 1553 devices, Ethernet devices, RS-422 serial devices, NVM components, and all devices on the system motherboard (timers, busses, interfaces, etc). Note: Integrity, LynxOS, and VxWorks are examples of COTS RTOS products which may potentially meet the RTOS requirement. Offeror is free to propose others as well. All included device drivers should be documented in an interface specification that is provided to the government to aide in 3rd party software development for the proposed system. A C++ compiler and associated tool chain to support 3rd party software development for the system will be proposed by each offeror. The government will review and approve all submissions based on the criteria of Open Systems Architecture (OSA). The system objective requirement is to conform with the Future Airborne Capability Environment (FACE) version 1.5 standard, and responses that include a FACE task are be favored over those that do not. The Army prefers solutions that leverage COTS technologies wherever practical. Cost Estimation: All proposed solutions should include a cost estimate based on commercial price list or General Service Administration (GSA) schedule. Costs of royalties or licenses including those for COTS software such the proposed RTOS, development tools, or other COTS items should be identified and included in the ROM. Delivery date After Receipt of Order (ARO) Submit responses via AMRDEC SAFE to rachael.jackson@amrdec.army.mil no later than 1200 CST on July 15, 2012. The Government appreciates the time and effort taken to respond to this survey. The Government acknowledges its obligations under 18 U.S.C. 1905 to protect information qualifying as "confidential" under this statute. [To avoid possible confusion with the meaning of the term "confidential" in the context of Classified Information," we will use the term "PROPRIETARY."] Pursuant to this statute, the Government is willing to accept any PROPRIETARY (e.g., trade secret) restrictions placed on qualifying data forwarded in response to the survey questions and to protect it from unauthorized disclosure subject to the following: 1.Clearly and conspicuously mark qualifying data with the restrictive legend (all caps) "PROPRIETARY" with any explanatory text, so that the Government is clearly notified of what data needs to be appropriately protected. 2.In marking such data, please take care to mark only those portions of the data or materials that are truly proprietary (over breadth in marking inappropriate data as "PROPRIETARY" may diminish or eliminate the usefulness of your response - see item 6 below). Use circling, underscoring, highlighting or any other appropriate means to indicate those portions of a single page which are to be protected. 3.The Government is not obligated to protect unmarked data. Additionally, marked data that is already in the public domain or in the possession of the Government or third parties, or is afterward placed into the public domain by the owner or another party through no fault of the Government will not be protected once in the public domain. Data already in the possession of the Government will be protected in accordance with the Government's rights in the data. 4.Proprietary data transmitted electronically, whether by physical media or not, whether by the respondent or by the government, shall contain the "PROPRIETARY" legend, with any explanatory text, on both the cover of the transmittal e-mail and at the beginning of the file itself. Where appropriate for only portions of an electronic file, use the restrictive legends 'PROPRIETARY PORTION BEGINS:" and "PROPRIETARY PORTION ENDS." 5.In any reproductions of technical data or any portions thereof subject to asserted restrictions, the government shall also reproduce the asserted restriction legend and any explanatory text. 6.The Government sometimes uses support contractors in evaluating responses. Consequently, responses that contain proprietary information may receive only limited or no consideration since the Respondent's marking of data as "PROPRIETARY" will preclude disclosure of same outside the Government and therefore will preclude disclosure to these support contractors assisting the evaluation effort. The Government will use its best efforts to evaluate those responses that contain proprietary information without using support contractors consistent with the resources available.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/773b882b696e8486e87dfb940dc2efb9)
 
Place of Performance
Address: ACC-RSA - (Missile) ATTN: CCAM-RD-B, Building 5400, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN02786090-W 20120628/120626234740-773b882b696e8486e87dfb940dc2efb9 (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.