Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2004 FBO #1068
SPECIAL NOTICE

99 -- REQUEST FOR INFORMATION FOR JOINT UNMANNED SYSTEMS COMMON CONTROL

Notice Date
10/27/2004
 
Notice Type
Special Notice
 
Contracting Office
N61331 110 Vernon Ave Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
DON-SNOTE-041027-004
 
Description
THIS IS A REQUEST FOR INFORMATION ONLY (RFI)! The Naval Surface Warfare Center, Panama City (NSWC-PC) at Panama City, FL is requesting information from industry for a new integrated capability to concurrently manage multiple unmanned systems of all types (air, sea surface, undersea, and ground), and to do so with an application of joint messaging standards that will help lead to the eventual state where most unmanned systems across all the services are truly interoperable. THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A REQUEST FOR INFORMATION ONLY from industry on existent planning tools and other software or algorithm products that could potentially add functional value to a standards-based open architecture. This RFI is issued solely for information and planning purposes only and NSWC-PC will not pay respondents for information provided in response to this RFI. Responses to the RFI will not be returned. Responders are solely responsible for all expen! ses associated with responding to this RFI. At present, a single architecture that allows for the concurrent management of large numbers of unmanned systems of all types using joint interoperability standards, is non-proprietary, scaleable and open to support expansion and affordable technology refresh does not exist. The primary goal of the NAVSURFWARCEN Panama City's Joint Unmanned Systems Common Control (JUSC2) Advanced Concept Technology Demonstration (ACTD) is to integrate select Commercial and Government Off-the-Shelf (COTS/GOTS) technologies, legacy systems, and emergent joint standards to provide a first spiral development of such an architecture, and to develop and demonstrate a Joint Concept of Operations that will enhance the joint force commander's ability to conduct effective joint and coalition operations. The approach to this program is not an attempt to build a single common control system, but to federate separate USV, UAV, USV, and UGV common control segm! ents onto a common LAN with open architecture standards applied in two areas. The first area is Joint interoperability messaging standards (Joint Architecture for Unmanned Systems, or JAUS and NATO STANAGs for UAVs) being developed within DoD that will be applied to unmanned R&D systems currently in development. Select systems are being modified to conform to the joint standards and inter-service operation and control hand-off will be demonstrated. For select unmanned systems that are already in the acquisition program stage, plans and estimated cost & schedule for joint standards conversion will be developed. The second area of standards application is within the local area network (LAN) that integrates the separate control segments into a common system. Open Architecture (OA) standards will be applied to the processing segments to ensure that new capabilities or individual unmanned systems can be inserted into the architecture with a minimum of change required to the ! overall system to maintain affordability and configuration control. The separate legacy control segments, once integrated, communicate with a higher level common unmanned systems management system/operator interface that applies the functions shown in the left column of Attachment 1 to produce a capability to concurrently manage large numbers of all types of unmanned systems. The purpose of this RFI is to gather information on technologies that could be relevant for consideration for technology refresh of this architecture beyond the ACTD, which has a near-term focus on the Littoral Combat ship. The intent is to explore further development for broader joint unmanned systems applications across all services. To the extent simplifying assumptions are needed, respondents are encouraged to make and document such assumptions in their responses. This RFI seeks descriptions of candidate technologies that potentially offer one or more of the capabilities listed in the table (Att! achment 1). Additionally, a synopsis should be included in the submission to include, but not be limited to the following: Conceptual Alternatives, Feasibility Assessment, Estimated Cost and Schedule Estimates, Corporate Expertise, and any other suggestions or discussion the respondent deems appropriate. In particular, please describe any projects you have been involved in that are similar in concept to what is described in this RFI, including management and operations approach, security requirements, security assurance processes, and any relevant lessons learned. In addition to a synopsis, submissions must include the prescribed format in the attachment to this synopsis for ease of review and prioritization. This is intended to minimize the effort of the respondent and structure the responses for ease of analysis by the government. Responders should indicate which portions of their response are proprietary and should mark them accordingly. All information received in ! response to this RFI that is marked Proprietary will be handled accordingly. NSWC-PC may hold an information exchange meeting to discuss this RFI with interested potential respondents. Details about this meeting will be made available at a later date. If you wish to attend such a meeting please notify the synopsis contact. All correspondence related to this matter should be e-mailed (preferred) in Microsoft Office format to Allan.Ziemba@navy.mil, faxed to (850)234-4251, or mailed to arrive no later then the 3:00 PM on 12 November 2004 DON-SNOTE-041027-001 Attachment 1 For each technology product candidate, make entries in the appropriate blank columns in Table 1. For example, if a Vehicle Control / Management algorithm can simultaneously control 3 UGVs and 2 UAVs, then enter a 3 in the UGV column and a 2 in the UAV column for line A3. For mission applications and /or sensor types, enter the applicable code(s) from Table 1 Column A. In addition, please fill out an Overview and Description of Unmanned Systems Technology form (Attachment 2) for each Ref # entry in Table 1. Ref Applicability of Technology Unmanned Vehicles Applications # UUV USV UAV UGV Mission Sensor A Vehicle Command & Control A1 Mission Planning A2 Mission Monitoring A3 Vehicle Control / Management A4 Vehicle Diagnostics / Logistics A5 Deployment / Recovery Management A6 Vehicle Simulation / Stimulation A7 Vehicle Hardware in-the-loop SIM/STIM A8 Vehicle External Interface Standards A9 Interaction/Deconfliction with Manned A10 Obstacle / Collision Avoidance A11 Cooperative Behavior/Group Operation A12 Human Interface / Displays A13 Interfaces to C4I Networks B Payload/Sensors B1 Sensor Command & Control B2 Sensor Data Management & Dissemination B3 Payload External Interface Standards B4 Modular Sensor/Payload Integration B5 Real-Time Mission Analysis B6 Post-Mission Analysis B7 Sensor & Sensor Data Simulation B8 Hardware in-the loop Sensor SIM/STIM B9 Human Interface / Displays B10 Interfaces to C4I Networks Table 1 Category of Technology Applicability to Unmanned Systems Common Control Attachment 2 Overview and Description of Unmanned Systems Technology (fill out 1 form for each Ref # entry in Table 1) Ref #: (From Table 1) Technology Name Developer / Provider Abstract (brief description): Who sponsored development? Sponsor POC Under what type of funding was this technology developed Is the technology proprietary Is the product in an acquisition program Does the government have rights to the product What programs, customers, or systems have used the product What unmanned systems has product been demonstrated with Is the product currently in operational use? If so, user POC Has product participated in major military tests or demos Is the product stand-alone in current configuration If integrated - into what systems Is the product available free of charge for evaluation in a testbed Is there logistics support for the product? (training, maintenance) What type of documentation is available Can the product be used/evaluated without on-site assistance Would you provide on-site assistance if required to evaluate Is the product US owned or foreign owned Technology Readiness Level (TRL): Operating System: Software Language: Processors: Special hardware requirements: Are interface specifications documented and available Does the product adhere to any commercial standards Does the product adhere to any Government standards Additional comments (also use to elaborate on above entries as required) Table 2 Overview and Description of Specific Technology
 
Record
SN00699935-W 20041029/041027212126 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.