Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2004 FBO #1082
SOLICITATION NOTICE

70 -- Modular Wearable Computer

Notice Date
11/10/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00178, NSWCDD, 17320 Dahlgren Road Dahlgren, VA 22448
 
ZIP Code
22448
 
Solicitation Number
N0017805R1005
 
Response Due
11/24/2004
 
Archive Date
1/24/2005
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopses and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. This combined synopsis/solicitation is a 100 percent small business set aside. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Simplified Acquisition Procedures will be used. The Naval Surface Warfare Center, Dahlgren Division, int! ends to procure through full and open competition with Small Businesses, the following items: The contractor shall deliver: CLIN 0001: This CLIN is a fixed price CLIN in accordance with commercial requirements. The contractor shall deliver a quantity of (1) Modular Wearable Computer (MOWC) system in accordance with the statement of work. The MOWC will interface to the RF components that operate Dragon Runner UGV, SUSS and Dragon Eye UAV unmanned systems and meets the following system specifications as listed below in 4.1.1 through 4.1.24. CLIN 0002: This CLIN is a Time and Materials CLIN. In accordance with the statement of work, the Contractor shall support integration testing of the MOWC with CMU Robotics Institute for the Dragon Runner UGV and hand-in place SUSS, and AeroVironment, Inc for the Dragon Eye UAV system. (2 weeks times two test periods; total 4 weeks of effort at Quantico MCB) The Contractor shall also support an Integrated Product Team (IPT) structure for ! the integration and test phases. (4 meetings; 1 at MCB Quantico, 1 in Los Angeles, CA, 1 in Pittsburgh, PA, and 1 meeting at the MOWC vendor site) CLIN 0003: This CLIN is not separately priced. The contractor shall deliver the Contract Data Requirements in accordance with the statement of work and the attached DD FORM 1423. The contractor shall also provide all technical support during a (5) day Limited Technical Assessment (LTA) date To Be Determined (TBD) to be held in the Quantico, VA (MCB) CLIN 0004: (Option) This CLIN is a firm fixed price CLIN. The contractor shall provide the prices associated for the purchase of a second (2nd) and third (3rd) MOWC. STATEMENT OF WORK: MODULAR WEARABLE COMPUTER (MOWC) 1.0 SCOPE: The Marine Corps Warfighting Laboratory (MCWL) located at Quantico, Virginia, requires an integrated Modular Wearable Computer (MOWC) to provide for the collective operation, monitoring and system status/telemetry data feed of the following unmanned sensor s! ystems: Dragon Runner Mobile Ground Sensor/UGV (Unmanned Ground Vehicle), SUSS/UGS (Small Unit Sensor System/Unattended Ground Sensors) and the Dragon Eye (DE) UAV (Unmanned Aerial Vehicle). This Statement of Work (SOW) requires the contractor to provide the necessary personnel to accomplish the tasks described below. 2.0 BACKGROUND: In today's modern battle spaces, where potential enemies understand the United States (US) strengths and capitalize on the asymmetric nature of specific areas, small unit leaders will increasingly enter these hostile environments and encounter life-threatening situations. The Marine Corps Warfighting Lab recognizes that tactical units need an organic suite of unmanned low-risk system capabilities to conduct Reconnaissance Surveillance, Target Acquisition (RSTA) in these complex environments. It is believed that an integrated MOWC will assist this mission by providing real-time RSTA data, increasing the using unit's overall situational awarene! ss. This coverage, executed by an organic suite of remote sensors, and controlled/monitored off of one central MOWC, will provide observational data of confined/distant areas where human access is impractical or unsustainable, mitigating risk to the Marines normally carrying out these missions. Fully functional prototypes of these unmanned systems (Dragon Runner UGV and SUSS) are being developed and demonstrated by the National Robotics Engineering Consortium, Carnegie Mellon University Robotic's Institute and the Marine Corps Warfighting Laboratory (MCWL). The Dragon Eye UAV, currently under system enhancement by MCWL as produced by AeroVironment, Inc, is formerly a program of record within Marine Corps Systems Command, Quantico, Virginia (VA). In order to support continued experimentation by MCWL RSTA Technology section, one integrated MOWC (to include description, specifications, engineering support and operation instructions) is required for experimentation. The MCW! L will conduct experiments to determine the efficacy of such a computer system at the Marine small unit level. 3.0 OBJECTIVE: The objective of this Statement of Work (SOW) is to obtain one MOWC, to include descriptions, specifications, operation instructions that works with the Dragon Runner UGV, SUSS and Dragon Eye UAV systems, and to require and fund the Non-Recurring Expenses (NRE) associated with the integrated MOWC system, if any. 4.0 BASIC REQUIREMENTS: 4.1 The Contractor shall deliver (ideally within 4 months but no later than 6 months of contract award) one Modular Wearable Computer (MOWC) system that will interface to the RF components that operate Dragon Runner UGV, SUSS and Dragon Eye UAV unmanned systems and meets the following system specifications as listed below in 4.1.1 through 4.1.24. 4.2 The Contractor shall support integration testing of the MOWC with CMU Robotics Institute for the Dragon Runner UGV and hand-in place SUSS, and AeroVironment, Inc for the ! Dragon Eye UAV system. (2 weeks times two test periods; total 4 weeks of effort). 4.3 The Contractor shall support an Integrate Product Team (IPT) structure for the integration and test phases. (4 meetings, 1 at MCB Quantico, 1 in Los Angeles, CA, 1 in Pittsburgh, PA, and 1 meeting at the MOWC vendor site). 4.4 The contractor shall provide the cost associated for the purchase of a second (2nd) and third (3rd) MOWC. 4.5 See DFAR Clause 252.227-7015 for rights to technical data.. The following specific tasks shall be performed: 4.1.1 The contractor shall build, test, and deliver a MOWC that consists of the following functional components: computer, video goggle device such as a monocular or Head Mounted Display (HMD), and a power unit, and shall have interfaces for RF components, controllers, and displays for the Dragon Runner (DR) Unmanned Ground Vehicle (UGV), the hand in place Small Unit Sensor System (SUSS), and the Dragon Eye (DE) Unmanned Aerial Vehicle (UAV). 4.1.2 The! MOWC hardware shall consist of a power unit for the computer and the Radio Frequency (RF) unit (RF unit not include in this procurement), computer with applicable interfaces (specified later), a video/display device (e.g. a Head-Mounted Display (HMD) device), and an earpiece for audible alarms for the purpose of listening to audio alarms from the DR UGV and hand-in-placed SUSS system. 4.1.3 The MOWC hardware shall be designed to ergonomically fit securely and comfortably and be integrated, as attach-point compliant into the Marines externally worn gear while taking into consideration weight, balance, and ease of movement so long as no elimination of mission essential gear is needed when wearing the MOWC during operational use. 4.1.4 The MOWC shall be designed to be modular for the different modes of operations. See Figures (1), (2), and (3). 4.1.5 The HMD device shall easily adapt to the right or left side for viewing as well as adapt to accommodate eyeglasses and the Mari! nes existing helmet. The user shall be able to tighten the HMD device via included backbands or lanyards. 4.1.6 The HMD device shall be able to adjust for use in sunlight or in bright environments. 4.1.7 The HMD device shall support color (NTSC) and black and white (RS170) full motion (30fps) video. 4.1.8 The contractor shall limit the MOWC hardware to not more than six (6) pounds to include the power unit (battery). 4.1.9 The power unit (battery) for the MOWC shall be rechargeable and hot-swappable. 4.1.10 The power unit (battery) shall be safe to be carried/worn by Marines. The power unit (battery) shall come with a charging station (charging station weight is not part of the six pound requirement). 4.1.11 The contractor shall design the MOWC to feature silent operation. 4.1.12 The contractor shall provide for integrated wireless and hard-wired communications interfaces through fixed and mobile LAN/WAN networks that allow data and video to flow. 4.1.13 The contractor sha! ll ensure that the power for the MOWC powers the entire MOWC system as well as the RF components. 4.1.14 The contractor shall design modular interface(s) for the MOWC that will support a plug and play display/controller for the DR UGV and SUSS operation and a display interface for the DE UAV operation. 4.1.15 The contractor shall provide an interface(s) for the MOWC to existing DR UGV, SUSS and DE UAV radio telemetry/radio frequency hardware. 4.1.16 PHYSICAL INTERFACES: The contractor shall provide for two (2) USB interfaces of which one will be used for existing DE UAV RF equipment, one (1) RS232 interface, one (1) Wireless-based interface, one (1) DR UGV/SUSS hand controller interface, one (1) flat panel viewable display device interface, one (1) interface to existing DR UGV/SUSS RF equipment, one (1) power interface for the computer, one (1) power interface for existing DE UAV RF equipment, one (1) power interface for existing DR UGV/SUSS RF equipment , one (1) HMD devic! e interface, and (1) one audio device interface. 4.1.17 The computer of the MOWC shall have a minimum of: 500MHz CPU processor (700MHz - objective, 256 MB of RAM, 20 GB HDD, removable 4 GB HDD through the use of a compact flash, and run the Microsoft Windows OS environments to include Windows Professional 2000 and Windows XP. 4.1.18 The contractor shall ensure all video from all sensors shall be displayed in the National Television Standards Committee (NTSC) format and black and white (RS170) full motion (30fps) video. 4.1.19 The contractor shall provide monthly updates to the Project Officer that reports both technical as well as financial status of the effort. 4.1.20 The contractor shall provide all technical support during a (5) day Limited Technical Assessment (LTA) date To Be Determined (TBD) to be held in the Quantico, VA (MCB) 4.1.21 The contractor shall travel to Quantico, VA, Simi Valley, CA, and Pittsburgh, PA as required for meetings/consultation and integration. ! 4.1.21 OPTIONAL TECHNICAL REQUIREMENTS (not required)4.1.22 The HMD will optionally to able to be flipped up away from the user's eye when it is not in use. 4.1.23 The contractor will optionally deliver the MOWC, which provides water and dust resistance. 4.1.24 The MOWC will optionally support a light-weight, body-worn QWERTY keyboard. 5.0 Shipping: The contractor shall notify the Contract Specialist within 48 hours before delivery to inform the receiving agency off the estimated shipment arrival time and any tracking information available. 6.0 DATA DELIVERABLES: 6.1 Monthly Status Report: The contractor shall submit a monthly financial status report for each task ordered and corresponding funding expenditure information by the 15th of each month covering the preceding month. The report shall also include a summary of meetings attended, trips made with purpose and accomplishments, lists of actions generated and an outline of future activities. The report shall provide the ! actual expenditure rate for the month and the total expenditure for the task. 6.2 Technical Reports: Technical reports, when required, shall be prepared in the form of letter reports. Information contained in these reports shall include, but not be limited to, the scope of effort, integration results, conclusions and recommendations, trade-off studies performed and a description of the process. Contractor format for these reports will be subject to approval by the MCWL Contracting Officer's Representative (COR). After review and approval by the Government, the final copy of each report shall be submitted within forty-five days. 7.0 FOB Destination applies. 8.0 REQUIRED DELIVERY DATE: Delivery of one Modular Wearable Computer System no later than 4 months after contract award. The optional 2nd and 3rd systems shall be available 4 - 8 weeks after delivery of the required MOWC unit. EVALUATION - The provision in the FAR at 52.212-2, Evaluation- Commercial items, is applicab! le and the following evaluation criteria are to be included in paragraph (a). The following factors are to be used to evaluate offerors: TECHNICAL CAPABILITY -Each offer will be evaluated based on how well the proposed product meets or exceeds the Government's requirements in relation to the statement of work. Some areas to be considered are: Documented ability in terms of operational effectiveness, including serviceability, maintainability, and durability considering both volume and weight, and the offeror's demonstrated ability to work in an integrated team environment. DELIVERY SCHEDULE- Each offer will be evaluated based on the ability to meet the stated requirements and delivery requirements. PAST PERFORMANCE- this assessment will address an offer's past performance working on contracts of a similar size for similar support and of a similar complexity. Timeliness of delivery and customer service will also be assessed within Past Performance. PRICE - Price is not sc! ored and is not considered the most important factor. However, the importance of price as an evaluation factor will increase with the degree of equality of the proposals in relation to the remaining evaluation factors. Further, after evaluation of the technical and price proposals, cost may be the deciding factor for selection, depending on whether a highly evaluated technical proposal warrants the evaluated price difference. The solicitation number is N00178-05-R-1005 and is issued as a Request for Proposal (RFP). This solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2001-24 (18 June 2004), and DFARS Change Notice 20040625. The NAICS Code associated with this procurement is 334111 and the size standard relating to this NAICS Code is 1,000 employees. This combined synopsis/solicitation is a 100 percent small business set aside. All offerors must include a completed copy of FAR 52.212-3 Offerors Repres! entations and Certifications - Commercial Items, and DFAR 252-212-7000 Offerors Representations and Certifications with their quotes. The following FAR and DFARS provisions and clauses apply to this acquisition and are incorporated by reference: FAR 52.212-1 Instructions to Offerors - Commercial Items, FAR 52.212-4 Contract Terms and Conditions - Commercial Items, and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, subparagraphs (a), (b)(1), (b)(7), (b)(13-19), (b)(24), (b)(29), (d), and (e) apply to this solicitation and are hereby incorporated by reference. Finally, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, subparagraphs (a), (b)(252.225-7012), (b) (252.227-7015), (b)(252.227-7037), (b)(252.243-7002), (b)(252.247-7023), (b)(252.247-7024) and (c), and DFARS 252.204-7004, Alternate A, and DFARS 2! 52.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country also apply to this acquisition. DFAR Clause 252.211-7003 Item Identification and Valuation also applies. DFAR Clause 252.227-7015 Technical Data- Commercial Items also applies. The Defense Priority and Allocation System (DPAS) rating is DO-A7. The MOWC diagram and DD 1423 will be available on the Naval Surface Warfare Center, Dahlgren Division Webpage at http://nswc.navy.mil/wwwDL/XD/SUPPLY. Interested parties are invited to respond to this solicitation announcement by providing a proposal with a minimum of the following details: Offeror's proposed plan for meeting NSWCDD identified requirements; Offeror's current capabilities and options (e.g., capability statements/brochures); An assessment of the offeror's ability to provide Government specific requirements; Past performance to include at least (2) references including contract numbers for efforts that are similar in scope and complex! ity of this requirement; Identification of available products and associated costs; cost proposals should include the basis for the annual prices that are proposed (i.e. GSA schedules, etc.); Available quantity discounts; any other information that would help NSWCDD adequately assess options and relevant considerations. The closing date for receipt of proposal is 4:00 p.m. (Eastern time), 24 November 2004. Electronic quotes are encouraged at XDS11@nswc.navy.mil, but quotes may also be faxed to (540) 653-7088 or delivered to the Naval Surface Warfare Center, Dahlgren Division, Attn: Code XDS11H Bldg. 183, Room 102, 17320 Dahlgren Rd., Dahlgren, VA 22448-5100. The Naval Surface Warfare Center, Dahlgren Division, has implemented Electronic Commerce (EC) in the acquisition area; therefore, the synopsis/solicitation with any applicable amendments will be available on the World Wide Web at http://www.nswc.navy.mil/supply. Hard copies will not be provided. Vendors should reg! ularly access the NSWCDD Web site to ensure that they have downloaded all amendments.
 
Web Link
NSWCDD PROCUREMENT DIVISION Web Site
(http://www.nswc.navy.mil/wwwDL/XD/SUPPLY/busop.htm)
 
Record
SN00707170-W 20041112/041110212327 (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.