Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 7,1995 PSA#1468

WL/AAKR, Bldg 7 2530 C Street

A -- EXPERT COMMUNICATION LINK MANAGER PART 1 OF 2 SOL PRDA 96-06-AAK DUE 010396 POC Steve Willis, Contract Negotiator, 513-255-6908. A--INTRODUCTION: Wright Laboratory (WL/AAKR) is interested in receiving proposals (technical and cost) on the research effort described below. Proposals in response to this PRDA shall be submitted by 03 Jan 95, 1500 hours Eastern Time, to WL/AAKR Bldg 7, Steve Willis, 2530 C Street, Wright-Patterson AFB OH 45433-7607. This is an unrestricted solicitation. Small businesses are encouraged to propose on all or any part of this solicitation. Proposals submitted shall be in accordance with this announcement. Proposals received after the cutoff date and time specified herein shall be treated in accordance with restrictions of FAR 52.215-10. A copy of this provision may be obtained from the contracting point of contact. There will be no other solicitation issued in regard to this requirement. Offerors should be alert for any PRDA amendments that may be published. Offerors should request a copy of the WL Guide entitled ''PRDA and BAA Guide for Industry''. This guide was specifically designed to assist offerors in understanding the PRDA/BAA proposal process. Copies may be requested from WL/AAKR Bldg 7, 2530 C Street, Wright-Patterson AFB OH 45433-7607, telephone (513) 255-2902. B--REQUIREMENTS: (1) Technical Description: The flight deck of the modern aircraft is becoming crowded with an increasing number of navigation, identification, and communication equipment. The result is an increased work load on the pilot, therefore, decreasing mission effectiveness. An opportunity exists to decrease pilot workload and increase operational effectiveness by using an expert system with voice input to determine the optimal communication method, allocate communication resources, and tune the system to the optimal frequency. A voice-based system would keep the pilot's eyes out of the flight deck and on the target, while adding an expert system would make the decision of which system elements to use based on position, terrain, beyond line-of-sight, jamming, resources available, etc. The objective of the Expert Communication Link Manager (ECLM) program is to develop an expert system, using voice input, to demonstrate the feasibility of automating aircraft communication management. Such a system would free the pilot from making he decision as to what system and/or frequency to use. Currently, some systems do exist that allow the pilot to control his/her radios using voice commands, but they must use a command such as ''Set VHF #1 to 104.435 MHz.'' For example, the expert system this project is seeking would simplify the command to, ''Select Wingman.'' The expert system would hear the command, take position, attitude, analysis of the mission environment, resources available, etc., into account, access a knowledge base, and configure the appropriate systems to the correct frequency using voice feedback to verify the actions back to the pilot. Existing government assets including WL's Satellite Communication testbed, Communication Systems Evaluation Laboratory (CSEL), and Integrated Electromagnetic System Simulator (IESS) could be used to support this project on an as available basis. In addition, commercial off-the-shelf (COTS) equipment should be used to the greatest extent possible. The Voice Recognition System (VRS) must be robust enough to work in the noisy environment of an aircraft and be compatible with the ITT VRS-1290. A flyable breadboard, rack mountable unit, shall be built at the end of this project as a deliverable to show proof of concept. Although the goal of this project is to field this system through the use of Integrated Modular Avionics (IMA), the delivered system must be configured to operate in the C-135 Speckled Trout Aircraft for flight demonstration. The contractor shall make a unit which will be able to interface to the radio equipment on the target airframe. It shall also control and reconfigure the communications equipment using voice commands as necessary. The pilots should also be able to manually override the system at any time. This unit shall also be able to make decisions, based on position, attitude and resources, as to which radio to use and reconfigure and shall use voice feedback to inform the pilot of the actions taken. (2) Deliverable Items: The following deliverable data items shall be proposed: (a) Status Report, DI-MGMT-80363/T, monthly, (b) Project Planning Chart, DI-MGMT-80507 A/T, monthly, (c) Funds and Man-Hour Expenditure Report, DI-FNCL-80331, monthly, (d) Scientific and Technical Reports, Contractor's Billing Voucher, DI-MISC-80711/T, monthly, (e) Contract Funds Status Report (CFSR), DI-F-6004B/T, QRTLY, (f) Contract/Cost Schedule Status (C/SSR), DI-F-6010A/T, (g) Cotract Work Breakdown Structure, DI-MGMT-81334/T, (h) System/Subsystem Specification, DI-IPSC-81431/T, (i) System/Subsystem Design Description, DI-IPSC-81432/T, (j) Software Requirements Specification, DI-IPSC-81433/T, (k) Software Design Description, DI-IPSC-81435/T, (l) Software Product Specification, DI-IPSC-81441/T, (m) Software User Manual, DI-IPSC-81443/T, (n) Presentation Material, DI-ADMN-81373/T, ASREQ, (o) Informal Technical Data, DI-H-30255, (p) Scientific and Technical Reports, Interim Report, DI-MISC-807 11/T, ONE, and (q) Scientific and Technical Reports, Final Report, DI-MISC-80711/T, ONE/R. The incremental breadboard, along with all modules and spares, shall be a hardware delivery item. (3) Security Requirements: TEMPEST requirements will apply. Generation of classified material for this solicitation effort is authorized only on equipment approved for classified processing by Air Force TEMPEST authorities. (4) Other Special Requirements: International Traffic In Arms Restrictions (ITAR) apply. C--ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: The total length of the technical effort is estimated to be anywhere from 29 to 39 months. This includes 4 months for processing completion of the final report. (2) Expected Award Date: 02 January 1996. (3) Government Estimate: The Government anticipates a single contract will be awarded at an approximate value of $866,000.00 spread over five years. The Government funding profile is estimated to be as follows: FY96, $54,000.00, FY97, $250,000.00, FY98, $262,000.00, FY99, $250,000.00, and FY00, $50,000.00. This funding profile is an estimate only and is not a promise for funding, as all funding is subject to change due to Government discretion and availability. (4) Type of Contract: Cost Plus Fixed Fee (CPFF) or Cost (no fee). Any grants or cooperative agreement awarded will be cost (no fee). (5) Government Furnished Property: Wright Laboratory will allow the use of WL's Satellite Communication testbed, Communication Systems Evaluation Laboratory (CSEL), and Integrated Electromagnetic System Simulator (IESS) on an as available basis. (6) Size Status: For the purpose of this acquisition, the size standard is 500 employees (SIC 8731). (7) Notice to Foreign-Owned Firms: Such firms are asked to immediately notify the Air Force point cited below upon deciding to respond to this announcement. Foreign contractors should be aware tht restrictions may apply which could preclude their participation in this acquisition. End of Part 1 of 2. (0307)

Loren Data Corp. http://www.ld.com (SYN# 0001 19951106\A-0001.SOL)


A - Research and Development Index Page