Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2003 FBO #0682
SOURCES SOUGHT

D -- Army Common Embedded Diagnostic (ACED) Software

Notice Date
10/8/2003
 
Notice Type
Sources Sought
 
Contracting Office
US Army Aviation and Missile Command DAAH01, ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q04R0170
 
Response Due
10/26/2003
 
Archive Date
12/25/2003
 
Point of Contact
Cheryl Daniels, (256) 842-7223
 
E-Mail Address
Email your questions to US Army Aviation and Missile Command DAAH01
(Cheryl.Daniels@Redstone.Army.Mil)
 
Small Business Set-Aside
N/A
 
Description
NA RFI DESC: Request for Information/Market Research-The U.S. Army Aviation and Missile Command (AMCOM) is seeking sources and requests information related to acquiring a diagnostic/prognostic capability for U.S. Army ground systems. Overview: The U.S. Army is seeking Commercial-Off-The-Shelf (COTS) or Non-Developmental software products that have military applications that meet the intent of the following Technical Description and are available within the next 12 months. This software product should improve and automate the current Army ground systems diagnostic/prognostic capability and reduce Operational and Support (O&S) costs for current and future weapon systems platforms. This system should be open architecture, allowing ease of future technology inse rtions and providing the ability to leverage open standards where practical. Technical Description: This software shall consist of two Computer Software Components (CSCs) providing On-Platform (embedded on the weapons system platform) and Off-Platform diagnostic/prognostic capabilities. Some or all of the Off-Platform capabilities may be incorporated into the On-Platform portion. The system health assessment software shall be displayed in the form of a Graphical User Interface (GUI) with an audible alarm to the crew. The system health assessment software shall auto-populate a requ est for maintenance via communication interfaces and shall be capable of integrating into the army logistics enterprise. ON-PLATFORM specific requirements sought include: 1) Provide continuous data acquisition during vehicle operation from a variety of vehicle networks and communications specifications/protocols to include CAN, SAE J1708, SAE J1939 and SAE J1587. 2) Provid e for data acquisition and analysis of platform specific SPECIAL TESTS that cannot be conducted during vehicle operation. 3) The software application shall use a vehicle databus interface that is compliant with the TMC Recommended Practice RP1210A vehicle communication standard. 4) The software must have the demonstrated ability to analyze vehicle diagnostics parameters, to include translations of all OEM fault, informational and historical codes where possible, to detect hard failures and identify evolvi ng trends leading to component/system failures. Include any specific information detailing data analysis techniques and algorithms used for fault detection and trend analysis that may help reviewers differentiate among products. 5) Any feature of the exi sting system demonstrating the ability to use an expert-knowledge database resulting in software-generated recommendations should be detailed in your response. 6) The software shall make vehicle health status information continuously available to the oper ator, with immediate notification of impending and anticipatory failures. 7) The software shall provide the ability to interface to existing military communications devices (such as FBCB2/MTS) in order to transmit vehicle health status information off-pla tform. Include any military standards (such as MIL-STD-3008) or Application Programming Interfaces (APIs) governing the data dissemination. 8) In general, the software shall be able to run on 32 bit Operating Systems platforms such as Windows NT/XP/2000 /Linux. 9) The software, to include the underlying database, shall allow for royalty free distribution, incurring no cost on a per site basis. OFF-PLATFORM specific requirements sought include: 1) The software shall provide the ability to process and populate a data repository from a variety of data sources to include the on-platform software detailed above and Interactive Electronic Technical M anuals (IETMs) failure data. Include data standards or APIs used, specify database formats and any per site costs associated with application distribution. 2) The software shall parse and perform data validation of all data input; ensuring data is receiv ed in a conforming, standardized format. Include any data specific ations, schemas (SGML/XML) or Document Type Definitions (DTDs) used, as well as the method of data verification. 3) Like the On-Platform software above, this software shall apply analysis techniques to identify evolving trends leading to component/system failures. 4) This software shall provide vehicle fleet management capabilities, ROLLING UP individual platform health status information. 5) This software shall provide the ability to upload vehicle maintenance data to a central server for further data an alysis. 6) This software shall provide the ability to receive and apply data rules/evaluators developed from data analysis at the central server. 7) This software shall provide fleet status reporting capabilities to the user. 8) In general, the software shall be able to run on 32 bit Operating Systems platforms such as Windows NT/XP/2000/Linux. 9) The Central Data Repository should include have standard reports and allow users to perform ad hoc queries to generate reports. The Central Data Repository s hould provide secure logins and should be role based. Sources meeting the above requirements shall submit a written statement of capabilities (SOC) not to exceed 10 pages, detailing their experience and capabilities in the area above. Interested parties should submit a written extract of the operation of thei r existing COTS software products, which could potentially be adapted for the above use to include maturity, costs, proprietary issues, hardware requirements, and usage fees. It will benefit interested parties to provide as much detail as possible about th e useful features of their systems, as described by this announcement, so that these features can be evaluated for inclusion in a potential upcoming request for proposals. Any demonstration CDs or discs submitted must be capable of being run on a PC with a 32 bit operating system, and include operator instructions on how to load and view the program. Print capabilities, to include pull down menus and written descriptions, are desirable. If time permits, and depending on the volume of responses, individual v endors MAY be contacted for a product demo prior to release of a solicitation. The U.S. Army will not pay for any costs associated with the demonstration of any software products or any written response to this notice under this request for information ann ouncement. Faxes will not be accepted. Responses should be Emailed to Cheryl.Daniels@Redstone.Army.Mil or mailed to the following address: AMSAM-AC-SM-T/Cheryl Daniels, Contract Specialist, Building 5303, Redstone Arsenal, AL 35898-5280.
 
Place of Performance
Address: US Army Aviation and Missile Command ATTN: AMSAM-AC, Building 5303, Martin Road, ATTN: Cheryl Daniels Redstone Arsenal AL
Zip Code: 35898-5280
Country: US
 
Record
SN00449671-W 20031010/031008213225 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.