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