Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2012 FBO #3744
SOURCES SOUGHT

A -- Request for Information (RFI) for Future Airborne Capabilities Environment (FACE TM-Trademark) Reference Common Operating Environment (COE)

Notice Date
2/22/2012
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
ACC-RSA - (Aviation), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ-12-R-0270
 
Response Due
3/15/2012
 
Archive Date
5/14/2012
 
Point of Contact
Ruth A. Woodham, 256-876-2105
 
E-Mail Address
ACC-RSA - (Aviation)
(ruth.a.woodham@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION OR SOLICITATION FOR PLANNING PURPOSES (OCT 1997): (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation; (b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal; (c) This solicitation is issued for the purpose of conducting a market survey for an affordable FACE TM-Trademark reference COE. This is a Request for Information (RFI) issued pursuant to FAR 15.2. The U.S. Army Research, Development and Engineering Command (RDECOM), Aviation and Missile Research, Development, and Engineering Center (AMRDEC) Redstone Arsenal, AL, on behalf of the U.S. Army, desires to obtain information on an affordable Future Airborne Capabilities Environment (FACE TM) Reference Common Operating Environment (COE) as an experimentation platform for the Army future vertical lift community. Pursuant to FAR 15.2 this notice is being issued as a Request for Information. In accordance with FAR 15.201 (e.), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. No award is intended as a result of this RFI. The Government will not pay for information received in response to this request. OVERVIEW: The Office of the Secretary of Defense (OSD) has identified the need to develop common aircraft architecture and subsystems as a distinct, but integrated activity, emphasizing commonality, for use across the next generation fleet of joint vertical lift aircraft that is synchronized closely with the development timelines of each class of aircraft. OSD has stated that the development of the key enabling technologies and systems for a joint, common (multi-role) aircraft further substantiates the need for a developmental program of common systems and components applicable across all future aircraft types. As a result of this OSD direction, the US Army Aviation and Missile Research, Development, and Engineering Center (AMRDEC) is focusing its Aviation Science & Technology (S&T) efforts towards satisfying these OSD needs. The two AMRDEC S&T programs that are applicable to this Request for Information (RFI) are: (A) Modular Integrated Survivability (MIS) and (B) Joint Common Architecture (JCA). The purpose and intent of the MIS program is to design, develop, and test a Modular Open Systems Approach (MOSA)-based Open Architecture that integrates aircraft survivability material solutions in a manner that results in significant reductions in overall cost, schedule, and risk. The MIS program will specify a system architecture that incorporates an innovative integration strategy for aircraft survivability material solutions and demonstrate its value through the employment of prototype capabilities. The MIS goal is to eliminate black box stove piped solutions that are proprietary and costly to upgrade and maintain by integrating and certifying at a higher level of abstraction. JCA is a part of the AMRDEC Joint Multi-Role Technology Demonstration (JMR TD) and Science and Technology Plan for the Joint Future Vertical Lift (JVFL) Initiative. The objective is to develop an optionally manned, vertical lift common Open System Architecture (OSA) derived from the Army's Aviation Capability Based Assessment (CBA). This architecture is scalable to multi-service requirements, significantly increases opportunities for innovation and competition, enables reuse of components, facilitates rapid technology insertion, and reduces maintenance and operation constraints. JCA will expand upon the software architecture, integration approach, and certification strategy developed by the MIS program. FACE TM is a key component to both MIS and JCA strategic and technical objectives. The AMRDEC became a founding member of the FACE TM Consortium to address both MIS and JCA strategic and technical objectives. SCOPE: AMRDEC is seeking to leverage existing, proven technology solutions from industry to develop a FACE TM reference COE. The reference COE shall consist of a computing hardware platform in addition to a FACE TM conformant software architecture. The FACE TM reference COE shall be conformant to the Technical Standard for FACE TM Reference Architecture, version 1.0 as published by the Open Group on behalf of the FACE TM Consortium. AMRDEC will use the FACE TM reference COE, as a lab-based prototype FACE TM avionics platform, to support MIS and JCA S&T system/software development, testing, and demonstrations. The AMRDEC will acquire and host 3rd party developed FACE TM-conformant reusable software components (RSC) on the FACE TM reference COE to analyze FACE TM acquisition strategies, integration approaches, and airworthiness certification implications. The FACE TM reference COE should include: I.One (1) bus-based computing hardware platform consisting of a minimum of: (1) Two (2) fault redundant MIL-STD-1553 bus; (2) Three (3) Ethernet ports; (3) Four (4) configurable serial ports (RS-232, RS-422, RS-485); (4) One (1) card with four (4) computing processors supported by at least two (2) ARINC-653 RTOS vendors; (5) Spare card slots for additional processors; (6) One (1) 28V embedded power supply; (7) One (1) graphics card with support for FACE TM graphics services; (8) Commercial-grade hardware with equivalent military avionics grade hardware available or planned. II. FACE TM conformant software implementation consisting of a minimum of: (1) ARINC-653 Operating System; (2) Two (2) different guest Real Time Operating Systems (RTOS) hosted in the ARINC-653 Operating System; (3) Board Support Packages (BSP) and FACE TM Input/Output (I/O) Services implementation suitable for exposing hardware capabilities on each RTOS; (4) Simple RTOS IPC based FACE TM Transport Services implementation; (5) Advanced middleware-based FACE TM Transport Services; (6) FACE TM Graphics Service. RESPONSE REQUIREMENTS: Your response will not be more than twenty-five (25) typed pages, to include the Title Page. Electronic responses will be prepared using standard Microsoft Office font of Times New Roman or Ariel, with a pitch of 10 inches-12 inches, and a minimum of.5 inch margins. RFI number and Commercial and Government Entity (CAGE) code should be included, along with company name and point of contact information. A corporate capability brief and/or necessary drawings and diagrams may be included as an attachment and will not be counted against the response page limitation. Information provided should be limited to unclassified data. PLEASE NOTE: NO CLASSIFIED INFORMATION IS TO BE SUBMITTED. Based on the responses received, the Government reserves the right to request further clarification or request unfunded, follow on face-to-face-briefings/presentations to enhance the Governments' understanding of the respondent's submittal. The response should contain the following information: I. Hardware Technical Description: (1) Processor; (2) Communications; (3) Card Expansion Bus; (4) Power / Electrical; (5) Physical. II. Software Technical Description: (1) Two Guest RTOS; (2) ARINC-653 Operating System; (3) FACE TM Transport Implementation - Simple and Advanced; (4) FACE TM I/O Services Implementation. III. COTS technologies leveraged for solution. IV. Rough Order of Magnitude (ROM) cost. V. Delivery date After Receipt of Order (ARO). All responses shall be submitted electronically via AMRDEC SAFE to david.boyett@us.army.mil no later than 1200 Central Standard Time (CST) on March 15, 2012. FOREIGN PARTICIPATION IS NOT AUTHORIZED DURING THIS EFFORT; US CITIZENS ONLY. After the RFI release, the following period of February 27-March 2, 2012, will be open for submittal of electronic questions, via the contracting POC, Ruth Woodham. All questions must be submitted in writing to ruth.a.woodham@us.army.mil and responses will be directed to all participants. Telephone requests for additional information will not be honored. The Government appreciates the time and effort taken to respond to this survey. The Government acknowledges its obligations under 18 U.S.C. 1905 to protect information qualifying as "confidential" under this statute. [To avoid possible confusion with the meaning of the term "confidential" in the context of Classified Information," we will use the term "PROPRIETARY."] Pursuant to this statute, the Government is willing to accept any PROPRIETARY (e.g., trade secret) restrictions placed on qualifying data forwarded in response to the survey questions and to protect it from unauthorized disclosure subject to the following: (1) Clearly and conspicuously mark qualifying data with the restrictive legend (all caps) "PROPRIETARY" with any explanatory text, so that the Government is clearly notified of what data needs to be appropriately protected; (2) In marking such data, please take care to mark only those portions of the data or materials that are truly proprietary (over breadth in marking inappropriate data as "PROPRIETARY" may diminish or eliminate the usefulness of your response - see item (6) below). Use circling, underscoring, highlighting or any other appropriate means to indicate those portions of a single page which are to be protected; (3) The Government is not obligated to protect unmarked data. Additionally, marked data that is already in the public domain or in the possession of the Government or third parties, or is afterward placed into the public domain by the owner or another party through no fault of the Government will not be protected once in the public domain. Data already in the possession of the Government will be protected in accordance with the Government's rights in the data; (4) Proprietary data transmitted electronically, whether by physical media or not, whether by the respondent or by the government, shall contain the "PROPRIETARY" legend, with any explanatory text, on both the cover of the transmittal e-mail and at the beginning of the file itself. Where appropriate for only portions of an electronic file, use the restrictive legends 'PROPRIETARY PORTION BEGINS:" and "PROPRIETARY PORTION ENDS."; (5) In any reproductions of technical data or any portions thereof subject to asserted restrictions, the government shall also reproduce the asserted restriction legend and any explanatory text; (6) The Government sometimes uses support contractors in evaluating responses. Consequently, responses that contain proprietary information may receive only limited or no consideration since the Respondent's marking of data as "PROPRIETARY" will preclude disclosure of same outside the Government and therefore will preclude disclosure to these support contractors assisting the evaluation effort. The Government will use its best efforts to evaluate those responses that contain proprietary information without using support contractors consistent with the resources available. Should the Government determine that review of "PROPRIETARY" marked data is required, the Government will seek an appropriate release from the respondent prior to utilizing that contractor support. NO FOREIGN PARTICIPATION IS ALLOWED; US CITIZENS ONLY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/805255e43881b2505377127001c71eaa)
 
Place of Performance
Address: ACC-RSA - (Aviation) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN02680693-W 20120224/120222235219-805255e43881b2505377127001c71eaa (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.