Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2010 FBO #3134
MODIFICATION

A -- Integrated short-range, low-bandwidth, wearable communications, sensing and networking technologies.

Notice Date
6/22/2010
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-10-R-0060
 
Response Due
7/15/2010
 
Archive Date
9/13/2010
 
Point of Contact
Michael D'Alessandro, 5082335703
 
E-Mail Address
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(mike.dalessandro@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this change is to correct the new solicitation number, which should read W81NLC-0134-3001. This new solicitation will follow all the requirements that pertain to the US Army Natick Solider Research, Development and Engineering Command's Broad Agency Announcement 09-11. This solicitation is hereby cancelled, however, interested parties should go to special notices and look for solicitiation # W81NCL-0134-3001. The effort will be pursued against the US Army Natick Solider Research, Development and Engineering Command's Broad Agency Announcement 09-11. Additional information is provided in the special notice. The purpose of this modification is to correct the point of contact's email address to Mike.Dalessandro@us.army.mil. The US Army Research, Development and Engineering Contracting Center, Natick Contracting Division in support of the US Army Research Institute of Environmental Medicine, has a requirement to acquire integrated short-range, low-bandwidth, wearable communications, sensing, and networking technologies that will enable the analysis, display, and remote monitoring of summary activity, physiologic, and geo-location data from free-roaming dismounted Warfighters in a variety of austere military training settings. These technologies will be used to improve the safety and effectiveness of training, decrease the likelihood of environmentally-induced injuries, and speed evacuation in the event of illness or injury. The envisioned network topology is three-tiered and includes an on-body bi-directional wireless Personal Area Network (PAN) integrated with a Squad Area Network (SAN) that links individual trainees with their instructor/squad leader. The third tier is formed by a repeater backbone capable of relaying data from a SAN to a central Tactical Operations Center (TOC). Bandwidth and message rate requirements are intentionally modest with a desired status update rate under optimal conditions of once per minute per connected Warfighter. No video data or real-time voice will be carried by this network. The overall design must to adhere to a minimalist philosophy of simplicity, robustness, technological transparency to the Government, openness to new third-party sensors and algorithms, and ease of maintenance. Networking technologies desired generally fall into the category of mobile, ad-hoc, delay/disruption-tolerant mesh networks. A fully operational prototype network compromising a minimum of 5 Trainee Nodes, 1 Instructor Node, 1 Repeater Node, and 1 Tactical Operations Center Node that includes user interface and network management software, is desired at the end of the first year. The work effort for year two (Option Year 1), and year three (Option Year 2) will focus on scaling the system to Platoon and Company level applications, respectively. Each node must be capable of hosting Government-furnished health state classification algorithms and of storing both physiologic and network performance data for later analysis. The system and its underlying technologies must ultimately be scalable for simultaneous use by Battalion-sized groups. The communications technologies underlying the SAN and repeater backbone must operate in the 225 380 MHz military band and be capable of generating and receiving signals with 12.5 KHz to 25 KHz occupied bandwidth channels. Because of the potential need for band and frequency agility, and to facilitate future system upgrades, software defined radios are required. Because of their greatly reduced or absent radio-frequency emissions, short-range, inductive-based wireless technologies are required for the PAN. The overall integrated system must be capable of operating in a completely self-contained mode, not relying on any fixed infrastructure. Repeater nodes must be capable of being deployed and retrieved by two person teams. No major subsystem may rely on any proprietary third-party technology. The system must be designed to be set up and operated solely by resident Training Cadre as part of their normal training exercises. The overall design of the system and its sub-components must facilitate future adaptations to changing military operational and research needs and accommodate small-volume applications, while still adhering to the overall minimalist concept of the system as a whole. This procurement will be 100% Small Business Set-Aside and all offerors must meet the definition of Small Business Concern as defined in FAR 19.001. The North American Industry Classification System (NACIS) Code for this procurement is 541712 with a size standard of 500 employees. It is anticipated that a cost plus fixed fee type contract will be awarded. In accordance with FAR 16.301-3, for an anticipated cost type contract to be awarded, potential offerors must ensure that they have an adequate accounting system, as determined by their cognizant Defense Contract Audit Agency (DCAA) office. The Government anticipates the Request for Proposal (RFP) will be released on or about June 30, 2010. The period of performance for this effort will be for a base period of twelve-months with two one-year option periods. Questions regarding this solicitation should be directed to Mr. Michael DAlessandro at Mike.Dalessandro@us.army.mil. All questions must be submitted in writing. When released, the solicitation will only be available in electronic medium at US Army RDECOM Natick Contracting Division at https://www3.natick.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9da14567c13d3966f4b03f8f62dc6c26)
 
Place of Performance
Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02185255-W 20100624/100623000048-9da14567c13d3966f4b03f8f62dc6c26 (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.