SOURCES SOUGHT
16 -- Cognitive Decision Aiding System (CDAS)
- Notice Date
- 6/24/2014
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- ACC-RSA - (Aviation), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W58RGZ-14-R-0275
- Response Due
- 7/24/2014
- Archive Date
- 8/23/2014
- Point of Contact
- Andrea McAnally, 256-876-3610
- E-Mail Address
-
ACC-RSA - (Aviation)
(andrea.j.mcanally.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Mission of the US Army Project Manager, PEO Aviation is to provide our Nation and its Allies world class aircraft systems - interoperable with the US Army, Joint and coalition partner, and affordable tough excellence in program management. The Request For Information (RFI) is for PM Apache In an effort to leverage state of the art in aviation Cognitive Decision Aiding System (CDAS), PM Apache has initiated an effort to evaluate existing systems for use with AH-64E aircraft. CDAS desired behaviors. Appendix A identifies the detail description of requirements to be utilized in the AH-64E aircraft in regards to CDAS. PM Apache has decided to canvass industry for existing system and solutions that can satisfy the Apache requirements for CDAS. This RFI is issued solely for informational, market research, and planning purposes only. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. All costs associated with responding to this RFI will be solely at the responding party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor the Federal Business Opportunities (www.fbo.gov) site for additional information pertaining to this RFI. Description PM Apache is seeking to leverage existing, proven technology solutions from industry that address the following: 1.Behavior 1 - Weapons Employment a.Description: Provide weapons effects visualization and other methods to drive informed shoot/no-shoot decisions. b.Weapons Behavior Elements (Further Defined in Appendix A) Range Cuing Risk Estimate Distance Predicted Impact Vector Weapon Fly-out line Weapons Inhibit High Action Display (HAD) Field Enhancements Weapon to Target Match Cueing Tactical Situation Display (TSD) Zooming Weapon Time of Flight (TOF) 2.Behavior 2 -Navigation/Route Optimization a.Description: Provide continuous recommended flight path information within aircraft performance parameters and fuel available to avoid threat systems, terrain, manmade obstacles and defined airspace. b.Navigation/Route Optimization Behavior Elements (Further Defined in Appendix A) Deliberate Route Re-planning Hasty/Direct Route Planning Off-Route Hazard Identification Dynamic BINGO Fuel 3.Behavior 3 - Inadvertent Instrument Meteorological Conditions (IIMC)Refinement a.Description: Provide recommended flight information to aid the crew in terrain avoidance, altitude selection, recovery location with supporting communications and routing. b.IIMC Behavior Elements (Further Defined in Appendix 1) Initial Turn/Climb Cuing for terrain and obstacle avoidance Threat Based Altitude Routing Nearest Airfield/Recovery Location Functionality Multi-ship De-confliction Air Traffic and Weather Information 4.Behavior 4 -Attack/Reconnaissance Planning a.Description: Provide recommendations for optimal direct/indirect fire planning and execution based on Mission, Enemy, Terrain and Weather, Threat, Time, Civil Considerations (METT-TC). b.Attack/Reconnaissance Planning Behavior Elements (Further Defined in Appendix A) Battle Position, Attack by Fire and Firing Position Selection Close Combat Attack Planning Automated Fire Distribution Planning Fire Coordination (Time on Target -TOT) Fires De-confliction Zone/Area Reconnaissance Planning Target Intercept Cueing Manned Unmanned Operations (MUM-0) Planning 5.Behavior 5 - Communications Management a.Description: Streamline and automate digital messaging, data correlated reporting and threat situational awareness reporting. b.Communications Management Behavior Elements (Further Defined in Enclosure Automated Reporting Correlated Reporting Smart Digital Communication Network Response Requirements I.Response on one or more of the operations within the RFI will be considered. II.Your response must include two (2) customer references for similar implementation (U.S. Government implementations/references are preferred), and both systems must have been implemented within the last three (3) years. Each U.S. Government customer reference you provide should include POC information for both the requiring element and the contracting officer. III.The system(s) identified in your response must be able to meet U.S. Army Information Assurance requirements. The Government may request a system demonstration following the receipt of your response. Include in your response if you would be willing to provide the Government a cost-free demonstration of your system(s). IV.Include your business size and if small business, any additional classifications you hold. V.Provide an assessment of your Technology Readiness Level (TRL) with respect to the system(s) and capability you can provide. VI.Provide an assessment of ability to meet current FACE conformance standards. VII.Include your business size and if small business, any additional classifications you hold. VIII.Provide an assessment of your Technology Readiness Level (TRL) with respect to the system(s) and capability you can provide. IX.Provide a rough order of magnitude (ROM) cost estimate, based on past experience and the areas presented in this RFI, and an associated projected schedule for implementing your hardware and solution in the GCS or integrating your software onto the GFP software. The ROM should cover all expected resources to include labor, materials, licenses (to include an option for an enterprise-wide license purchase), etc. The ROM and associated projected schedule should list any assumptions made, and may be based on a phased approach for implementation. X.Your response should be no more than fifteen (15) typed pages, to include the Title Page. A corporate capability brief may be included as an attachment and will not be counted against the fifteen (15) page response limitation. It is requested that you provide your response via e-mail to lora.a.cason.ctr@mail.mil and julia.j.conner.civ@mail.mil no later than 30 days from RFI posting. XI.Responses SHALL NOT include classified information. In accordance with FAR 15.207(b), all information received in response to this Sources Sought Synopsis shall be safeguarded adequately from unauthorized disclosure.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c9944fef072b0ac09adb62e84048040a)
- Place of Performance
- Address: ACC-RSA - (Aviation) ATTN: CCAM, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN03404058-W 20140626/140625021726-c9944fef072b0ac09adb62e84048040a (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 |