Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2017 FBO #5831
SOURCES SOUGHT

13 -- Prime System Integrator for the Advanced Explosive Ordnance Disposal Robotic System (AEODRS) Tactical Operations System (TOS) Variant (Increment 2) and Base/Infrastructure Operations System (BIOS) Variant (Increment 3) Sources Sought/Request for Informati - Package #1

Notice Date
11/8/2017
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
 
ZIP Code
20376
 
Solicitation Number
N00024-18-R-6313
 
Archive Date
11/8/2018
 
Point of Contact
Eva Hochman, , Cassandra Brese,
 
E-Mail Address
eva.hochman@navy.mil, cassandra.brese@navy.mil
(eva.hochman@navy.mil, cassandra.brese@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Terms of Use Agreement AEODRS Strategy Brief AEODRS SOW Section B Notes AEODRS CLIN Structure AEODRS CLINs This notice is for market research purposes only and does NOT constitute a request for proposal. This notice shall not be construed as a contract, a promise to contract, or as a commitment of any kind by the Government. The Government is NOT seeking or accepting unsolicited proposals. This RFI is issued by the Department of the Navy, Naval Sea Systems Command (NAVSEA), on behalf of NAVSEA Expeditionary Missions PMS 408. PMS 408 requires a Prime System Integrator (PSI) to develop, integrate, test, support Government training, test and user evaluations and deliver the AEODRS Increments 2 and 3 variants. The Navy is conducting market research in accordance with FAR Part 10 to assess industry technical capabilities, risks and receive Industry input on the AEODRS Increments 2 and 3 CLIN Structure, Statement of Work (SOW) and Capability Acquisition Strategy (included below). The Government intends to build AEODRS Increments 2 and 3 as separate build with engineering hours for pre-planned capabilities/supply support and production options. In addition, this announcement requests industry comments on how the Government can satisfy its needs, alternative approaches, technology availability and risk, the identification of cost drivers, and suggestions on ways to enhance or sustain competition. This RFI is for planning purposes only and shall not be construed as an invitation for bid, request for quotation, request for proposal, or an obligation on the part of the Government to acquire any products or services. Your response to this RFI will be treated as information only and part of market research and will not be shared outside of the Government. When/if the Government issues a Request for Proposal (RFP), interested contractors will be expected to thoroughly address the RFP requirements regardless of the circumstances surrounding this RFI. AEODRS Increment 2/3 Capability Acquisition Strategy: Increment 2 is a Tactical Operating System, with a desired baseline system and associated capabilities integrated on a chassis with sufficient Size Weight and Power (SWaP) margin to enable follow-on capabilities and/or retrofit with desired engineering enhancements. Increment 3 is a Base Infrastructure Operating System that will require a larger unique chassis and associated SWaP. The desired final article should include all Increment 2 baseline and engineering enhancements capabilites, modified as appropriate for the larger vehicle. •· Production Representative Models (PRMs) /First Articles (FA) notional CLINs 0100 and 0300 CLIN Type CPIF AEODRS Increment 2/3 base capabilities •· AEODRS Inc 1 Government Furnished Property for integration into AEODRS Increment 2/3 baseline: •· Inc 1 COM-LINK •· Inc 1 CM-MAS •· Inc 1 CM-VIS (As Secondary VIS) •· Inc 1 Hand Held Control Unit (HOCU) •· AEODRS Government Developed/Configured Government Furnished Property for integration into AEODRS Increment 2/3 baseline : •· Firing Circuit Suite •· OCU-DOCK •· Government Ruggedized Laptop (MOCU Version xx preinstalled) •· Common PSI AEODRS Increment 2/3 baseline capability modules: •· Inc 2/3 CM-AB •· Inc 2/3 CM-VIS (Primary) •· Inc 2/3 COM-LINK •· Inc 2/3 ID/OD •· Platform unique PSI AEODRS Increment 2/3 baseline capability modules: Inc 2 platform unique for SWaP: •· Inc 2 CM-MOB (Mobility Capability with SWaP Margin for Growth) •· Inc 2 CM-PWR •· Inc 2 Primary CM-MAN (7 DoF) •· Inc 2 Secondary CM-MAN (3 DoF) •· Inc 2 CM-EEF •· Inc 2 MAN/EEF Interface (Modular Interchangeable End Effector) Inc 3 platform unique for SWaP: •· Inc 3 CM-MOB (Mobility Capability with SWaP Margin for Growth) •· Inc 3 CM-PWR •· Inc 3 Primary CM-MAN (7 DoF) •· Inc 3 Secondary CM-MAN (3 DoF) •· Inc 3 CM-EEF •· Inc 3 MAN/EEF Interface (Modular Interchangeable End Effector) •· Common critical capabilities required for Increment 2/3 baseline: •· Autonomous Point to Point Navigation - Navigate through unobstructed terrain in a Global Positioning System (GPS) available environment •· Automated Manipulation - System automatically positions end effector to a pre-programmed point relative to the vehicle for further operator controlled positioning •· Standardized User Interface - Common user interface between HOCU and Ruggedized laptop controller •· Reliability - 90% probability that the system will complete an EOD mission (up to three hours) without an operational mission failure •· Information Assurance - Cybersecurity for non-GIG IT •· Operation of Multiple Platforms - Three vehicles can be operated within wireless range at one time without degradation in performance. •· Bi-Manual Tasks - System can perform bi-manual tasks (ex. stabilizing and unscrewing the cap of a two inch diameter cylinder) •· Engineering Enhancements (Increment 2) Level of Effort (LOE) Engineering Services notional CLIN 0500 series CLIN type CPFF to support Pre-Planned Future Capabilities. (These capabilities should be planned to be part of the Increment 3 final article.): •· Development of an Increment 2 Tool Carry Rack (TCR) module •· Development of an Extendable Reconnaissance Payload module •· Development of a Disrupter Payload module •· Development of a COM-LINK module that meets FLEXCSR specifications •· Improved Increment 2 MAN/EEF Interface - Enable Autonomous Tool Change Out •· Improved Autonomous Point to Point Navigation - Incorporates obstacle avoidance •· Autonomous Tool Change Out - Capability to automatically remove and replace selected tools/end effectors from the tool carry rack •· Single OCU to operate FoS - Single OCU to operate all AEODRS Increments •· Symmetrical Increment 2 Bi-Manual Manipulation - Improve secondary manipulator to match primary manipulator capabilities •· Autonomous Stability Control - Capability to perform center of gravity corrective actions and independent traction controls •· Engineering Enhancements (Increment 3) Level of Effort (LOE) Engineering Services notional CLIN 0500 series CLIN type CPFF to support Pre-Planned Future Capabilities.: •· Development of an Increment 3 Tool Carry Rack (TCR) module •· Improved Increment 3 MAN/EEF Interface - Enable Autonomous Tool Change Out •· Symmetrical Increment 3 Bi-Manual Manipulation - Improve secondary manipulator to match primary manipulator capabilities •· Government Furnished Information: •· AEODRS Architecture Description Documents (version 2.1.1): •· AEODRS Architecture Description Document Autonomous Behaviors Suites, Dismounted, Tactical and Base/Infrastructure Operations Systems •· AEODRS Architecture Description Document Common Architecture Dismounted, Tactical, and Base/Infrastructure Operations Systems •· AEODRS Architecture Description Document Program Specific Conventions Dismounted, Tactical, and Base/Infrastructure Operations System •· AEODRS Architecture Description Document Power System Capability Modules Dismounted, Tactical, and Base/Infrastructure Operations Systems •· AEODRS Common Information Dismounted, Tactical, and Base/Infrastructure Operations Systems •· AEODRS JAUS Extension Services and Experimental Messages, Dismounted, Tactical, and Base/Infrastructure Operations Systems •· AEODRS Increment 2 and Increment 3 Common Module Performance Specifications (version 2.1.1): •· AEODRS Performance Specification Master Suite, Dismounted, Tactical, and Base/Infrastructure Operations Systems •· AEODRS Performance Specification Autonomous Behaviors Suite, Tactical Operations and Base/Infrastructure Operations Systems •· AEODRS Performance Specification Communications Link Suite, Tactical Operations and Base/Infrastructure Operations Systems •· AEODRS Performance Specification Firing Circuit Suite, Tactical Operations and Base/Infrastructure Operations Systems •· AEODRS Performance Specification Operator Control Unit Suite, Tactical Operations and Base/Infrastructure Operations Systems •· AEODRS Performance Specification Operator Interface Device Suite, Tactical Operations and Base/Infrastructure Operations Systems •· AEODRS Performance Specification Visual Sensors Suite, Tactical Operations and Base/Infrastructure Operations Systems •· AEODRS Increment 2 and Increment 3 Common Module Interface Control Documents (version 2.1.1): •· AEODRS Interface Control Document Master Suite, Dismounted, Tactical, and Base/Infrastructure Operations Systems •· AEODRS Interface Control Document Autonomous Behaviors Suite, Tactical Operations and Base/Infrastructure Operations Systems •· AEODRS Interface Control Document Communications Link Suite, Tactical Operations and Base/Infrastructure Operations Systems •· AEODRS Interface Control Document Firing Circuit Suite, Tactical Operations and Base/Infrastructure Operations Systems •· AEODRS Interface Control Document Operator Control Unit Suite, Tactical Operations and Base/Infrastructure Operations Systems •· AEODRS Interface Control Document Operator Interface Device Suite, Tactical Operations and Base/Infrastructure Operations Systems •· AEODRS Interface Control Document Visual Sensors Suite, Tactical Operations and Base/Infrastructure Operations Systems •· Increment 2 Tactical Operating System (TOS) System and Module Performance Specifications (version 2.1.1): •· AEODRS System Performance Specification Increment 2 •· AEODRS Performance Specification End-Effector Suite, Tactical Operations System •· AEODRS Performance Specification Manipulator Suite, Tactical Operations System •· AEODRS Performance Specification Mobility Suite, Tactical Operations System •· AEODRS Performance Specification Payload Suite, Tactical Operations System •· AEODRS Performance Specification Power Suite, Tactical Operations System •· AEODRS Performance Specification Tool Carry Rack Suite, Tactical Operations System •· Increment 2 TOS Interface Control Documents (version 2.1.1): •· AEODRS Interface Control Document End-Effector Suite, Tactical Operations System •· AEODRS Interface Control Document Manipulator Suite, Tactical Operations System •· AEODRS Interface Control Document Mobility Suite, Tactical Operations System •· AEODRS Interface Control Document Payload Suite, Tactical Operations System •· AEODRS Interface Control Document Power Suite, Tactical Operations System •· AEODRS Interface Control Document Tool Carry Rack Suite, Tactical Operations System •· Increment 3 Base/Infrastructure Operations System (BIOS) System and Module Performance Specifications (version 2.1.1): •· AEODRS System Performance Specification Increment 3AEODRS Increment 3 Performance Specification •· AEODRS Performance Specification End-Effector Suite, Base/Infrastructure Operations System •· AEODRS Performance Specification Manipulator Suite, Base/Infrastructure Operations System •· AEODRS Performance Specification Mobility Suite, Base/Infrastructure Operations System •· AEODRS Performance Specification Payload Suite, Base/Infrastructure Operations System •· AEODRS Performance Specification Power Suite, Base/Infrastructure Operations System •· AEODRS Performance Specification Tool Carry Rack Suite, Base/Infrastructure Operations System •· Increment 3 BIOS Interface Control Documents (version 2.1.1): •· AEODRS Interface Control Document End-Effector Suite, Base/Infrastructure Operations System •· AEODRS Interface Control Document Manipulator Suite, Base/Infrastructure Operations System •· AEODRS Interface Control Document Mobility Suite, Base/Infrastructure Operations System •· AEODRS Interface Control Document Payload Suite, Base/Infrastructure Operations System •· AEODRS Interface Control Document Power Suite, Base/Infrastructure Operations System •· AEODRS Interface Control Document Tool Carry Rack Suite, Base/Infrastructure Operations System •· Other Applicable AEODRS Documentation: •· Multi-robot Operator Control Unit (MOCU) Developer Guide •· Autonomous Capabilities Suite •· AEODRS Operator Control Unit - Docking Station, Tactical Operations and Base/Operations, Technical Data Package v1.0 •· AEODRS Firing Circuit Suite, Tactical Operations and Base/Infrastructure Operations, Technical Data Package 153853 Rev A •· AEODRS Tool Carry Rack Suite, Tactical Operations, Reference Design v1.0 •· E2IF-Tactical-Interface Technical Data Package Rev 3 •· E2IF-Base_Infrastructure-Interface Technical Data Package Rev 2 •· Flexible Cyber-Secure Radio (FLEXCSR) Documents: •· Draft Performance Specification Flexible Cyber-Secure Radio (FLEXCSR) System •· Draft Flexible Cyber-Secure Radio(FlexCSR) Capabilities Definition Interested parties are requested to respond with a white paper company profile to include the following: 1. A presentation of your organization's relevant knowledge, skills, engineering capabilities, production capabilities/capacity and abilities particularly in regards to weapons and explosives. 2. An understanding of the major scientific challenges and tradeoffs to achieving the desired capability (Reference PRM and Engineering Enhancement Sections above). 3. Potential solutions to achieve the capability including current Technology Readiness Levels. 4. Provide a detailed discussion of risks to achieving the mission in all relevant environments. 5. Describe the recommended autonomous functions and the rationale. 6. Describe the modular components and discuss any risks to conforming to the A-size form factor and to militarization of the system. 7. Past performance on projects of a similar technology, domain, and/or scope. 8. Estimate for quantity of Engineering Hours to support Pre-Planned Future Capabilities in accordance with the Engineering Enhancements Section above. 9. Define teaming arrangements to maximize performance to include modules the PSI would develop and modules to be provided by sub-contractors. Explain technical and cost benefits to approach. 10. Provide feedback on SOW, CLIN Structure, and CLIN Type. The Government Furnished Information (GFI) library set, SOW and CLIN Structure relevant to this solicitation will be made available to eligible Offerors only through the File Transfer Protocol (FTP) via ARMDEC. National policy does not support release of the documents listed herein to foreign sources. The package will be provided only to those companies with a valid security clearance of SECRET or higher. The Government will not provide sponsorship for new or upgraded personnel or facility clearances. To attain copies of the GFI, companies must submit a written request to the PCO Representative, Cassandra Brese, at Cassandra.brese@navy.mil within 5 days of release of this RFI. Telephonic requests are not acceptable. The written request using the Terms of Use letter which must include the company name, CAGE code, complete company address, level of facility clearance and security point of contact. ANSWERING THIS NOTICE: Respondents should provide a company profile to include, at a minimum, the following: •· Business name •· DUNS number •· business address •· business website •· business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB) •· number of employees •· point of contact name •· mailing address (if different from business address) •· phone number •· email address The desired format for submissions is white paper or similar narrative (contractor's format). The response should be no more than fifteen (15) single-sided pages (including cover and administrative pages) and no less than 1-inch margins and 12 point font. Submissions shall be in Microsoft Word 2010 or searchable Adobe Acrobat Portable Document Format (PDF). In order to be considered in this market survey, your response shall contain an electronic version on one (1) hard copy original (paper) copy and two (2) electronic submissions on CD-ROM and be received on or before 1 December 2017. All responses must be sent via mailing agent (e.g. FedEx and UPS) to the Contracting Officer, Eva Hochman, at the following address: Naval Sea Systems Command ATTN: Eva Hochman, Code 0263 1333 Isaac Hull Avenue, SE, Stop 2040 Washington Navy Yard, DC 20376-2040 Responses SHALL NOT be faxed, e-mailed, or hand delivered. NO CLASSIFIED MATERIAL SHALL BE SUBMITTED UNDER ANY CIRCUMSTANCE. Government may additionally have "one on one" with industry once review of the white papers is complete. Proprietary information, if any, must be clearly marked. To aid the Government in its review and evaluation, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Respondents shall mark any data included in its submissions that they do not want disclosed to the public for any purpose. DISCLAIMER AND IMPORTANT NOTES: This notice is not a request for proposals and is not to be construed as a commitment by the Government to issue a solicitation. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. Sources choosing to respond to this notice are wholly responsible for any costs/expenses associated with submitting a response. Therefore any cost associated with the market survey submission is solely at the interested vendor's expense. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in development of an acquisition strategy and a future solicitation. Submissions will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-18-R-6313/listing.html)
 
Record
SN04735301-W 20171110/171108230949-0bebf295fde55c2f194762ff48b0c548 (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.