SOURCES SOUGHT
99 -- MOBILE ROBOTIC PLATFORM DEPLOYMENT SYSTEM
- Notice Date
- 9/19/2013
- Notice Type
- Sources Sought
- Contracting Office
- ACC - Warren (ACC-WRN)(DTA), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
- ZIP Code
- 48397-5000
- Solicitation Number
- TACOM-09-18-2013
- Response Due
- 10/20/2013
- Archive Date
- 11/18/2013
- Point of Contact
- Stephanie Dickinson, 586-282-8677
- E-Mail Address
-
ACC - Warren (ACC-WRN)(DTA)
(stephanie.dickinson1@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION OF INTENT: This is a Sources Sought notice for information on existing robotic vehicle platform designs to conduct advanced autonomous development and test demonstrations for the Ground Vehicle Robotics (GVR) Customer Support Team. No contract will be awarded from this announcement. This is not a Request for Proposal (RFP) or an announcement of a forthcoming solicitation, nor is it a request seeking contractors to be placed on a solicitation mailing list. Response to this notice is voluntary and no reimbursement will be made for any costs associated with providing information in response to this market survey and any follow-on information requests. Data submitted in response to this market survey will not be returned. No solicitation document exists at this time. DISCLAIMER: Reference herein to any specific commercial company, product, process, or service by trade name, trademark, manufacturer, or otherwise, does not necessarily constitute or imply its endorsement, recommendation, or favoring by the United States Government or the Department of the Army (DA). The opinions of the authors expressed herein do not necessarily state or reflect those of the United States Government or the DA, and shall not be used for advertising or product endorsement purposes. BACKGROUND: TARDEC is seeking information on existing robotic platform designs in an effort to minimize investment in a new platform and focus on using the platform for the purpose of integrating electronic drive-by-wire autonomous capabilities. We are looking for a platform that achieves a technology readiness level (TRL) 6 within a lead time of twelve months (threshold) six months (objective). The criteria for TRL 6 are listed below. Ground Vehicle Robotics wants to obtain information/documentation in the areas of vehicle dimensions, payload, speed, zero turn radius, engine and fuel capacity, drive range and mobility. The hard requirements are in the areas of vehicle payload, speed and mobility. Technology Readiness Level 6 The System/subsystem model or prototype should be demonstrated in a relevant environment. Representative model or prototype system, which is well beyond that of TRL 5, is tested in a relevant environment. Description This represents a major step up in a technology's demonstrated readiness. Examples include testing a prototype in a high-fidelity laboratory environment or in a simulated operational environment. Supporting Information Results from testing laboratory breadboard system are integrated with other supporting elements in a simulated operational environment. How does the quote mark relevant environment quote mark differ from the expected operational environment? How do the test results compare with expectations? What problems, if any, were encountered? Was the breadboard system refined to more nearly match the expected system goals? REQUIREMENTS: 1.0 Vehicle Dimensions: The response shall demonstrate, through experience and documentation, the extent of the responder's ability to: a)Provide a vehicle with width less than 6.00-ft (threshold) 4.00-ft (objective) b)Provide a vehicle with overall height (w/ roll bar if equipped) of less than 6.00-ft (threshold) 5.00-ft (objective) c)Note: The intension is to remove the crew compartment and integrate a drive-by-wire kit and a flat-deck onto the remaining platform that is upgraded/refurbished according to these requirements. The flat-deck concept will accommodate a series of modular payloads. 2.0 Vehicle Payload: The response shall demonstrate, through experience and documentation, the extent of the responder's ability to: a)Provide a vehicle with a payload carrying capacity of 1,400 lbs threshold, with an objective of 2,000 lbs at the operational speeds listed below. GVWR should assume fully loaded vehicle contains fuel and payload (no passengers). 3.0 Vehicle Speed: The response shall demonstrate, through experience and documentation, the extent of the responder's ability to: a)Produce a maximum speed of 30 mph (threshold) 45 mph (objective) in manual drive mode of operation. b)Produce cross country speeds of 15 mph (threshold) 30 mph (objective) in manual drive mode of operation. 4.0 Engine & Fuel Capacity: The response shall demonstrate, through experience and documentation, the extent of the responder's ability to: a)Supply vehicle with gasoline (threshold) diesel (objective). b)Would like to have an alternative propulsion solution to create less emission due to the vehicle operating in enclosed environments. i.e. hybrid, electric or propane. An upgradable vehicle kit to electric or propane is desirable. c)If equipped with a fuel power plant, provide a drive range over any passable terrain of at least 25 miles. d)If equipped with an electric power plant, provide a drive range over two miles of any passable terrain consisting of 10% cross-country terrain, 89% trails, 1% rubble pile at up to 15-mph. e)Provide silent sentry (stationary w/ engine off less than 400-W load) for a period of thirty minutes (threshold) two hours (objective). f)Provide user power of 2.0-kW peak, 1.5-kW cont @ 24VDC (threshold). g)Produce a noise signature with the engine on at less than 60 db @ 15m. This is a desirable attribute. 5.0 Mobility: The response shall demonstrate, through experience and documentation, the extent of the responder's ability to: a)Design a vehicle with a near zero turning (threshold) zero turn radius (objective). b)Allow vehicle to negotiate a vertical step of 30 inches (threshold). c)Have a low probability of detracking, which will be demonstrated by negotiating a railroad track from a variety of different angles. d)Allow vehicle to be mission capable on the following terrains: i.Austere mountain track terrain. ii.Open and Rolling Terrain - Flat desert and vegetated plains. iii.Complex Terrain - All complex terrain is quote mark classified quote mark as severely restricted urban areas, mountainous terrain with slopes greater than 50% (26.57 ), mud up to 8 inches deep, jungles and dense forest; elevated, surface and subsurface; jungles, indoor confined spaces; in deserts, temperate, and frigid climes; heavily dissected terrain. iv.Urban Terrain - Complex urban environments; modern skyscraper jungles to huge shantytowns; clutter - electronic and physical, rubble, and other obstructions common in complex populated environments. e)Provide a vehicle with ground clearance of 13 inches or greater. f)Fit vehicle with load adjustable suspension or active suspension. 6.0 Environmental and Logistics: The response shall demonstrate, through experience and documentation, the extent of the responder's ability to: a)Make the vehicle rugged in all weather. b)Updated platform to meet MIL-STD-814D and survive a drop inducing up to 13g (objective). Provide cost estimate to update if not already met.. c)Allow vehicle to be operational in -10 to 43C ambient temperature. 7.0 Data Deliverable File Format: The response shall demonstrate, through experience and documentation, the extent of the responder's ability to: a)Deliver models and associated drawings in native CAD Software (ProE preferred) and STEP format. 8.0 Production and Cost: The response shall demonstrate, through experience and documentation, the extent of the responder's ability to: a)Provide a complete and accurate production schedule. b)Provide a cost estimate for the project. 9.0 By Wire Capability (Threshold): The response shall demonstrate, through experience and documentation, the extent of the responder's ability to: a)Design and build a drive-by-wire system composed of the following subsystems. a.Steering actuation system b.Braking actuation system c.Powertrain actuation system d.Drive-line actuation system e.Parking brake actuation system f.Drive-by-wire databus g.Overall drive-by-wire management system b)Ensure the drive-by-wire system can meet hard-real-time performance requirements. 10.0 Fail Safe (Threshold): The response shall demonstrate, through experience and documentation, the extent of the responder's ability to: a)Ensure than the drive-by-wire can continue to safely avoid obstacles and bring the vehicle to a controlled stop any single point failure of the drive-by-wire system or its connection to the autonomy system. For Example: a.If a steering component fails in the middle of an avoidance maneuver the system needs to maintain steering performance (either by redundant component or by use of another systems, such as differential brakes) to the extent needed to continue the avoidance path and bring the vehicle to a controlled safe stop b.If communication is lost with the Autonomy system, the vehicle needs to continue to drive the last-known-good path until it can be brought to a stop 11.0 IOP Conformance: The response shall demonstrate, through experience and documentation, the extent of the responder's ability to: a)Ensure compliance with the RS-JPO IOP Appliqu standards for large high speed unmanned systems. RESPONSES DUE: In order to be considered, responses must be submitted in accordance with the applicable instructions for this notice/posting that follow, to the proper person identified below, and be received no later than 30 calendar days after announcement post. Responses deviating from any of this may not be given further consideration. Please mark your information quote mark proprietary quote mark, as you feel appropriate. Your input is voluntary and no compensation will be made for your participation in this notice. RESPONSE FORMAT(S): Only electronic responses are requested. Please provide responses in any of the following formats: Microsoft Word, Microsoft Excel, Microsoft Power Point, or Adobe PDF. Please submit electronic responses and any questions prior to full response to the TARDEC GVR point of contact (POC) Lonnie Freiburger at e-mail lonnie.a.freiburger.civ@mail.mil (primary); if unable to contact him, TARDEC's alternate poc's are Joe Alexander, e-mail joseph.t.alexander.civ@mail.mil or Colton Dozier, e-mail colton.j.dozier.civ@mail.mil. Please format the subject line of the response email as follows; quote mark [Organization Name] response to quote mark MWS Robotic Platform quote mark. Again, all vendor responses have to be received no later than 30 calendar days after announcement post in order to receive further consideration. GENERAL INFORMATION: The Government appreciates the time and effort taken to respond to this market survey. The Government acknowledges its obligations under Title 18 U.S.C. 1905 to protect information. Pursuant to this statute, the Government is willing to take into account any PROPRIETARY restrictions placed on qualifying data forwarded in response to the survey questions and to protect it from unauthorized disclosure subject to the following: Clearly and conspicuously mark qualifying data with the restrictive legend (all caps) quote mark PROPRIETARY quote mark with any explanatory text, so that the Government is clearly notified of what data needs to be appropriately protected. Marked data already in the public domain, in the possession of the Government or third parties, or that 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 in the possession of the Government will be protected in accordance with the Government's rights in the data. If protection of specific areas is required within electronic files, use the restrictive legends quote mark PROPRIETARY PORTION BEGINS quote mark and quote mark PROPRIETARY PORTION ENDS quote mark to clearly mark proprietary data. In any reproductions of technical data or any portions thereof subject to asserted restrictions, the Government will also reproduce the asserted restriction legend and any explanatory text. The Government uses support contractors and consultants at times in evaluating information including Market Research responses. Responses that contain proprietary information will only be analyzed by contracted support personnel after binding non-disclosure agreements have been signed and returned to the Government. Data analyzed by contracted personnel will be maintained in the same manner as received by Government personnel in accordance with Title 18 U.S.C. 1905.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/93c5909af787a88af78b9f235c993ec4)
- Place of Performance
- Address: ACC - Warren (ACC-WRN)(DTA) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
- Zip Code: 48397-5000
- Record
- SN03196173-W 20130921/130920000546-93c5909af787a88af78b9f235c993ec4 (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 |