Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2008 FBO #2536
SOURCES SOUGHT

58 -- Unmanned System Operator Control Units

Notice Date
11/3/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Panama City Division Code B32, N61331 NAVAL SURFACE WARFARE CENTER PANAMA CITY DIVISION, CODE B32 110 Vernon Avenue Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133109QSB01
 
Response Due
12/18/2008
 
Archive Date
3/15/2009
 
Point of Contact
Stuart Burman at 850-636-6035 , or Contracting Officer Mary Hines at 850-235-5389
 
Small Business Set-Aside
N/A
 
Description
The Naval Surface Warfare Center Panama City Division (NSWC PCD) seeks information from vendors with experience in Operator Control Units (OCUs) for Unmanned Vehicles (UV). The purpose of this RFI is to determine potential suppliers and their related products and services as may be applied to an OCU with the desirable features presented herein. This is a Sources Sought announcement, a market survey for written information only. This is not a solicitation and no contract will be awarded from this announcement. Background NSWC PCD is a recognized technical leader in unmanned systems integration & their application to littoral warfare mission areas. NSWC PCD Code E11 manages an Office of Naval Research (ONR) product funding line for Future Naval Capabilities (FNC) development in support of Mine CounterMeasures (MCM) capabilities gaps. These MCM systems will operate in sea lanes, shallow water, and very shallow water in support of amphibious landings and to ensure safe transport for all maritime assets. These systems will utilize various UUVs to perform missions. An optimal Operators Control Unit (OCU) is an important component of a system that will deliver mission success. Description - Suppliers with existing OCUs and/or sufficiently developed hardware/software such that they can be demonstrable are welcome. Provide data on capability, facilities, expertise.- Vendors should demonstrate cooperative attitude with a focus on teaming with Navy (Government) on product development.- RFI responses may include a detailed list of products/services. A rough order magnitude estimate is requested. - Anticipated desirable features of the OCU: i.e., what we seek:- Demonstrate-able features that present an optimal Operator Control Unit that satisfies requirements for operability, compatibility, and supportability.- Joint Architecture for Unmanned Systems (JAUS) compliance is highly desirable but not a requirement. It is required that the end product be JAUS compliant, so a path to meeting this requirement must be clearly stated.- Novel, i.e., an "outside the box" approach is welcome- Open architecture- Address good Human Factors, commonly called "user friendly"- Tailored for a continuum from manual to autonomous operations- Easily reconfigurable such that an operator can customize the appearance, content, format and function of each displayed instrument- Easily reconfigurable such that the operator can customize the arrangement of the instruments in to groups of display pages that are mission oriented (mission planning, real time operations, maintenance, post mission data analysis and reporting)- Designed to minimize opportunities for:- system failure- operator errors- Capability to support pre-launch review of planned portion of mission.- Provide the operator the required feedback on system and mission status.- Simple, clean and without unnecessary features but yet address user requirements for each mission phase (driven by a task analysis that has determined the operational requirements)- The display pages for each mission phase should have a common look and feel- Displays that are compatible with video and sonar real-time images.- Also interested in an interface that automatically changes appearance/functionality, as the mission progresses and different capabilities become more important. For example, as the vehicle power subsides the resolution of the displayed information on the battery should increase due to the criticality of that information. Also that information should be meaningful to the operator such as run time left instead of volts or some other measure that requires translation to be meaningful to the operator.RESPONSES: Please respond by email and limit all responses to 5 pages. Brochures, links or additional information on the company capabilities is not included in the 5 page restriction. RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: Company name; Address; Point of Contact; Phone Number; and E-mail address. All information submitted in response to this synopsis should be received not later than 45 days following posting of this of this RFI. Submissions should be labeled with the announcement number and title. All submissions must be made electronically, and be in one of the following formats: Adobe PDF, or Microsoft Word and must be submitted to Paul Moser, Code E11, e-mail: paul.moser@navy.mil, address: Naval Surface Warfare Center Panama City Division, Attn: Paul Moser, Code E11, 110 Vernon Avenue, Panama City, Florida 32407-7001. Telephonic responses are not acceptable. Questions can be submitted electronically to above Point of Contact (POC). Information provided will be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider. All information shall be provided free of charge to the Government. NSWC PCD may request further information regarding the capabilities of respondents to meet the requirements and may request a presentation and/or a site visit as deemed necessary. At no cost to the government, responding vendors may continue technical dialogue with this market surveys POC after the initial response is provided. This is a Sources Sought announcement, a market survey for written information only. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY ITEMS/SERVICES, NOR FOR THE GOVERNMENT TO PAY FOR THE INFORMATION RECEIVED. In! the event a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number and the announcement will be published in the Navy Electronic Commerce Online (NECO) and Federal Business Opportunities (FedBizOpps). NAICS Code 334511 applies. SBA size standard is 750 employees. FSC 5895 applies.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=764e93276f974ae89ee55164c1956d93&tab=core&_cview=1)
 
Record
SN01699590-W 20081105/081103214539-764e93276f974ae89ee55164c1956d93 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.