Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 14, 2024 SAM #8143
SPECIAL NOTICE

D -- Notice of Intent to Sole Source (NOCA) 3 Laws Software Support

Notice Date
3/12/2024 4:28:48 PM
 
Notice Type
Special Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
FA9304 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
F1STAB4068A001
 
Response Due
3/15/2024 4:30:00 PM
 
Archive Date
03/30/2024
 
Point of Contact
Cole Staron, Brianna Vicsotka, Phone: 6612773056
 
E-Mail Address
cole.staron@us.af.mil, brianna.vicsotka.1@us.af.mil
(cole.staron@us.af.mil, brianna.vicsotka.1@us.af.mil)
 
Description
The Air Force Test Center (AFTC), Edwards AFB�intends to solicit and award a sole source, Firm-Fixed Price (FFP) Contract to 3Laws Robotics Inc., 501 E Del Mar Blvd. Apt 311, Pasadena, CA 91101.� IAW 5.203(a)(1), the anticipated award date is on or before March 25, 2024. The applicable NAICS is 541511 with a size standard of $34,000,000 dollars. The Government intends to negotiate with only one source under the authority of 10 United States Code (USC) 2302(b), as implemented by FAR 13.106-1(b)(1)(i) and AFFARS 5313.501. The following is a brief description of the acquisition requirements:� The Air Force Test Pilot School is seeking a sole source purchase of MATLAB software designed to create a universal safety supervisor designed to avoid collisions in fixed-wing aircraft throught the use of geofencing and control barrier functions (CBF�s). It should include the following:� -Create robust system models that allow for real-time control of the system.� -These models should account for variations in flight conditions and aircraft configurations. -The model will be validated against both simulation and hardware results, with an emphasis on practical use in control frameworks. -Establish real-time data collection and transmission capabilities within the aircraft and compute various metrics related to the safety and performance of the aircraft. -These model-based metrics utilize the data-driven system characterization and include all necessary information for safety filter. -Ensure that planning and control signals sent to the low-level flight controller will meet various input and state constraints. -This scope of work will focus on geofencing and collision avoidance, with one or both implemented in a series of flight tests. Critical Requirements:� -The system models will be delivered in the form of C++ header files and python executables. -The safety monitoring and filtering software will be delivered in the form of MISRAC++ compliant binaries that are run in a Docker container on the Einstein box. -The timeline for this project is flexible and is subject to the flight-testing schedule. The goal is to begin ASAP and deliver the first two deliverables (system characterization and system monitor, e.g., monitoring for collision and/or geofencing regions) on the anticipated award date of on or before March 25, 2024, in time for the DARPA Ace test flights estimated for that date. -The third deliverable, the real-time safety filter, can be ready as early as July 1, depending on the flight schedule, where the safety filter will modulate a reference signal from a human pilot to produce a safe output (with respect to collision avoidance and/or geofencing). There are no solicitation documents; however, any vendors that believe they can meet the requirements described should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government�s requirement. In addition, the response should include verification of the Offeror�s Representation and Certifications�Commercial Items in accordance to FAR 52.212-3. If the offer does not have a copy of this provision, go to http://www.sam.gov/ to load required information. Any response received without completing this registration will be considered noncompliant. Further, the response should include any special requirements for a commercial contract (i.e. Commercial Financing, Warranty Provisions, Delivery Information, etc.) in accordance with FAR part 12.� All information furnished shall be in writing and must contain sufficient detail to allow the government representative to evaluate and determine if it can meet the requirement. Responses must be received no later than (NLT) 4:30 p.m., Pacific Standard Time, 15 March 2024. Responses should be submitted to: Contract Specialist, Cole Staron at Cole.staron@us.af.mil, and the Contracting Officer, Brianna Vicsotka at brianna.vicsotka.1@us.af.mil. The contractual point of contact is Brianna Vicsotka, (661)-527-3056, E-mail: brianna.vicsotka.1@us.af.mil. Telephone requests to be placed on a mailing list will not be honored.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a1b7d31d4186412495942b1c43bec147/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN06993416-F 20240314/240312230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.