Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2007 FBO #1916
MODIFICATION

59 -- Dynamic Mine Countermine Capability capable of testing vehicles and systems against the threat of land mines and IEDs in a dynamic state. - 4 each

Notice Date
2/22/2007
 
Notice Type
Modification
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK07T0283
 
Response Due
3/12/2007
 
Archive Date
5/11/2007
 
Point of Contact
Irene Mancuso, 410-278-0896
 
E-Mail Address
ACA, Aberdeen Proving Ground
(irene.mancuso@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is an amendment to the original: Requirement is to buy 4 each with an option to procure 6 more systems in a two-year time frame following the date of the original order. The following is a modified requirement of the original document posted. The proposal is opened up to all size busine sses in lieu of just small businesses. Unrestricted. STATEMENT OF WORK Unmanned Vehicle Navigation and Control System 1.0 Background The Unmanned Vehicle Navigation and Control System that is being procured is part of a new capability at the Aberdeen Test Center. This new capability is called the Dynamic Mine Countermine Capability (DMCMC). The Dynamic Mine Countermine Capability a fa cility which is capable of testing vehicles and systems against the threat of land mines and IEDs in a dynamic state. The need exists to accurately evaluate the vulnerability and survivability of military vehicles and systems against the threat of land mines and IEDs in a controllable dynamic environment. The facility and system under test must be controlled while acc urate and thorough information is obtained to evaluate system performance and characteristics. The Unmanned Vehicle Navigation and Control System will be used in conjunction with other systems and instrumentation to test vehicles in the operational and fu nctional dynamic state against realistic threats. Artist Concept of Dynamic Mine Countermine Capability 2.0 OBJECTIVE To provide Unmanned Vehicle Navigation and Control Systems for the Aberdeen Test Center. 3.0 SCOPE OF WORK 3.1 The Unmanned Vehicle Navigation and Control Systems must be designed to fit every wheeled vehicle in the military inventory that utilizes a conventional steering wheel, automatic transmission, and standard brake and acceleration pedal configuration. The system must be capable of safely controlling and operating a vehicle while the vehicle is totally unmanned and the remote operator is a distance of up to 1500 meters with a clear line of sight and up to 300 meters non-line of sight System shall meet MIL-STD-810E for shock, temperature, and humidity. The system must be portable with the ability to install with minimal modifications to the vehicle and with a reasonable installation time period. The system must not substantially interfere with the external configuration of the vehicle and may not add significant weight to the vehicle on which it is installed. The system must be safe to install, maintain and operate as well as provide complete safety features to eliminate catastrophic events in the event of system failure or malfunctions. The vehicle must retain the capability to be driven manually while system is installed on the vehicle. The system must be able to withstand a range of temperatures and external weather conditions including rain, sun, fog, wind, and sand. The system must have the capability to be controlled via GPS and manipulation from a remote operator based on visual information. The system may not utilize any frequency that requires authorization for use unless authorized by ATC prior to proposal submission. The system must not interfere with the electronics aboard the test vehicle. Prior to acceptance, one system must be installed by the contractor, at ATC, on a HMMWV and operated remotely at speeds in excess of 30 mile per hour and have the front left wheel cross over a designated point (+/- 4 inches ) on a straight gravel roadway. Operator Control Station Requierements: The remote control station shall be capable of remotely controlling the test vehicle from up to 1500 meters with a clear line of sight and up to 300 meters non-line of sight. The operator control station shall be a PC and include all equipment, software, and materials to operate the station. The operator control station shall have at least two external camera views from inside of vehicle to provide real time data for remote operation. T he operator control station shall have real time feed back of less than 400 milliseconds on vehicle location related to coarse program and +/ errors information between the program and actual location. The system must be JAUS compliant. The system must have the capability to be controlled via GPS and manipulation from a remote operator based on visual information or feedback from the control unit. Operator shall have the capability to program a course based off of GPS coordinates or driving a coarse and recording its path to be replayed as a program. Operator shall have the capability to program through the computer to the onboard control unit, the safety limits, speeds, and set limits of program. The control station shall have an abort function that will stop all current programs and functions associated with the remote test vehicle. The overall system must have built in safeties to abort all operations, lock the steering wheel in a fixed location and come to a complete stop if any of the following failures occur. a. Loss of communication between control station and vehicle control unit for some time period. This time period must be variable with the operator option to program in the time. b. Vehicle is not tracking GPS coordinates by allowable tolerance. c. Power is lost on vehicle control unit. 3.2 Performance Requirements The control enclosure and components should be no larger than 1 cubic yard of total volume with a maximum weight of 150 pounds. The system shall be powered by 12 or 24 volts DC and can either be powered by the internal batteries of the vehicle or have its own onboard DC power supplies or both options. The installation of the system must require no more than a four person team. System must be capable of being installed in the entire range of wheeled vehicles in the Army inventory with minimal modifications to the vehicle. Up to six one inch diameter holes may be drilled and units may be mounted via screws and/or bolts. System must be controlled via a PC with included software. System must be JAUS compliant. System must be capable of operating vehicles at standard operating speeds (5-55mph) on a straight paved roadway. System must operate in temperatures from 32  95 degrees Farenheit. System must be capable of being operated remotely via operator with controls or by using GPS coordinates. System must include all equipment, hardware, and software to operate properly under all described parameters. Wiring connections inside of enclosures shall have provisions to prevent loosening of connections under repeated shock loads. All panels and electrical enclosures shall be provided with weather proof gaskets and shall be configured to minimize the possibility of weather damage. System must have safety features to provide emergency shutdowns to include the capability to shutdown the vehicle remotely and manually by push button stops mounted on the vehicle that can be accessed while approaching vehicle. The system shall have at lea st four on board emergency stops, one in the drivers position and three external emergency stops. One emergency stop on each front corner and one on the rear of vehicle. System must not degrade the vehicles performance due to installation or operation of the system. The vehicle must be fully functional after the system is removed and not affected by the system. System must provide cameras and connectivity to view environment around vehicle while being operated remotely. 3.3 Safety, Maintenance, Manuals, Training, and Reliability The entire system shall be able to be operated and serviced in a safe manner with adherence to all accepted safety regulations and guidelines. Detailed manuals and drawings shall be provided of the entire system. Software code shall be provided along with operational manuals to permit the user to create unique paths and speeds required during test ing. There shall be a one-year full warranty on the system after completion of the acceptance of the system. The contractor shall provide complete system training on site to the customer for approximately 6-10 personnel. The contractor shall provide spare parts for components experiencing normal wear for a period of one year. Contractor shall repair all problems identified in the first year resulting in the breaking of the system or parts, excessive wear on components, and/or degraded performance of the systems to permanently resolve the problem from any future occurrences. The Contractor shall perform full system testing on the initial fielded system to ensure the system complies with specifications and is safe to operate. 3.4 Acceptance Test The Acceptance Test will be conducted on a standard HMMWV. Acceptance testing shall be conducted on road and off road coarses. These tests will be conducted at a location on Aberdeen proving ground, Aberdeen test center ranges. Note that this is a secure military range area. All personal performing installation an d testing shall be US citizens and carry photo identification at all times. Access to the installation is tightly controlled and requires obtaining a vehicle pass on a daily basis. Access to the range area is further restricted and requires an escort at al l times. Photographic devices, including cellular phones with video capability are strictly prohibited. All personal entering the range area are required to wear hard hats and safety shoes. On board components will be weighed and measured to assure they meet the requirements of the specifications. System must be installed on test item in allowable time frame with allowable personal. Camera views must provide real time data for remote operation. Test driver will operate test vehicle after the equipment is installed on test vehicle to verify the test vehicle can be operated with equipment installed. Before running initial test on road courses all safety shutoffs and safety requirements must be tested and met. Communication link safety requirements: The communication link between the control station and the test vehicle shall be tested to verify communication link. After the communication link is verified the safety requirements shall be tested. This test shall be conducted at the minimum range and th e maximum range in order to verify all safety requirements are met. The safety functions to be checked are as followed: a. Abort at control station. b. Lose of communication between control station and test vehicle. c. Abort buttons mounted on test vehicle. d. Loss or low power on vehicle control unit. Vehicle test course requirements: a. Test vehicle shall be programmed with GPS coordinates, travel at 5 MPH and exceed course limits set in software to verify system shut down before traveling at high speeds. b. Verify during operation at low speed of 5 MPH that loss of communication will shut down program and stop test vehicle. c. Verify remote operator can override program and take control of test vehicle at any time during operation. d. Verify that program will abort and shut down if test vehicle exceeds any of the limits set in the parameters of the program. e. Vehicle shall be able to maneuver obstacles on test course under remote operations and cross within +/- 4 inches of test point. This test shall be conducted five times and must meet specifications four out of the five times to verify repeatability of th e program and shall be done at three different speeds. The speed selected is to be determined by ATC personal on test dates and could be determined according to weather and range conditions for safety but will not exceed 30 miles per hour. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-FEB-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/DABJ/DABJ05/W91ZLK07T0283/listing.html)
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN01237398-F 20070224/070222223745 (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  © 1994-2020, Loren Data Corp.