Alabama Bids > Bid Detail

Request For Information (RFI) Biocular Helmet Mounted Display

Agency:
Level of Government: Federal
Category:
  • 69 - Training Aids and Devices
Opps ID: NBD00159851646389089
Posted Date: Mar 18, 2024
Due Date: Apr 5, 2024
Source: https://sam.gov/opp/a36adc6ed6...
Follow
Request For Information (RFI) Biocular Helmet Mounted Display
Active
Contract Opportunity
Notice ID
PANRSA24P0000005586
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC RSA
Office
W6QK ACC-RSA
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Mar 18, 2024 11:11 am CDT
  • Original Published Date: Feb 26, 2024 09:24 am CST
  • Updated Response Date: Apr 05, 2024 05:00 pm CDT
  • Original Response Date: Mar 22, 2024 05:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Apr 20, 2024
  • Original Inactive Date: Apr 06, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    Redstone Arsenal , AL 35898
    USA
Description

REQUEST FOR INFORMATION (RFI)



Biocular Helmet Mounted Display (HMD)






  1. Description








    1. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. The submission of this information is solely for informational, market research, and planning purposes and is NOT a request for competitive proposals, quotations, or an invitation to reimburse responders for associated costs to respond or for any information provided. This notice does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This notice does not commit the USG to contract for any supply or service whatsoever. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. All costs associated with responding to this notice will be solely at the responding party's expense. Not responding to this notice does not preclude participation in any future RFP, if any is issued. Responses to this notice are not offers and cannot be accepted by the USG to form a binding contract. It is the responsibility of the interested parties to monitor the System for Award Management (SAM) (https://sam.gov) site for additional information pertaining to this notice.










    1. The U.S. Government is conducting market research to determine potential sources capable of meeting the technical requirements for a Biocular Helmet Mounted Display (HMD) system for the Army’s AH-64E Apache Helicopter for the Project Manager for Apache Attack Helicopter (PM AAH) within the Program Executive Office for Aviation. Interested respondents are encouraged to provide substantiated evidence of their relevant capabilities and successes.










    1. The Biocular HMD system will replace the current Integrated Helmet and Display Sighting System (IHADSS) system, which features a monocular Helmet Display Unit (HDU). The Biocular HMD system must be interoperable with AH-64E Apache Aircrew Integrated Helmet (AARAIH), the HGU-56/P helmet, and the aircraft architecture (i.e., form fit Line Replacement Units (LRU), displays, Apache V6.5 Operational Flight Program (OFP), current Multicore Mission Processor (MMP)) and sensor systems.








  1. Requested Information








    1. Please provide information on the following topics:












      1. Biocular HMD System Architecture/Design: Describe/provide information regarding the respondent’s Biocular HMD system to include, but not limited to:










  1. How the Biocular HMD interoperates with the current AH-64E AAIH and the HGU-56/P helmet (all sizes).

  2. Head-supported weight of the Biocular HMD and the resulting effect on overall center of gravity.

  3. Optical design of the Biocular HMD in terms of horizontal and vertical fields of view and overlap, focal length, physical eye relief, luminance, etc.

  4. The Biocular HMD system specifications and composition of the A-kit and B-kit of the Biocular HMD system required for installation on an AH-64E.

  5. Description of the approach for retrofitting the Biocular HMD system onto existing AH-64E aircraft.

  6. High-level system block diagram that illustrates all LRUs, components, connections including internal and external interfaces, that make up the integrated Biocular HMD system, including delineation of the Biocular HMD system boundary.

  7. Description of the electrical characteristics and interfaces (data, video, etc.) of the Biocular HMD system.

  8. Explain how the Biocular HMD system will enhance the Apache mission (CONOPS), which includes detection, tracking, identification, and defeat.

  9. Description of how the Biocular HMD system architecture supports future capabilities and increase safety for the AH-64E such as operations in Degraded Visual Environments (DVE) and Augmented Reality (AR).

  10. What helmet tracking method(s) are employed and the advantages of the respondent’s helmet tracking approaches.

  11. Ability of the Biocular HMD system to interoperate with the existing AH-64E Improved Magnetic Receiver Unit (IMRU) helmet tracker.

  12. Description of how the Biocular HMD system is attached and removed from the helmet and concept for retention of the Biocular HMD in the aircraft.

  13. Ability of the Biocular HMD to be used under both day and night conditions and how transitions between day and night are handled.

  14. The latency characteristics of the Biocular HMD system and how that is measured.

  15. The open system architecture standards employed and alignment with MOSA/SOSA.

  16. The Space, Weight, and Power-Cooling (SWaP-C) for the Biocular HMD system.

  17. The Biocular HMD system’s compatibility with the Apache Multi-Purpose Displays (MPDs) and cockpit controls.

  18. Description of any Biocular HMD system night vision capability and night vision goggle (NVG) compatibility.

  19. Explanation of aircraft egress procedures with the Biocular HMD system.

  20. Compatibility of eyeglasses and contact lenses with the Biocular HMD system.

  21. Compatibility with CBRN masks, including the US MPU-6, with the Biocular HMD system.

  22. Display resolution of the Biocular HMD system.

  23. Providing both aircrew with biocular pilotage information to fly the aircraft within a specified envelope by day and night, and down to zero visibility.

  24. Displaying accurate targeting information, and geo-referenced battlefield objects from all appropriate aircraft systems and off-board sources for Situational Awareness.

  25. Displaying conformal, accurately georeferenced symbology in color.

  26. Provisions for the Biocular HMD system to facilitate recording for After Action Reviews.

  27. During a failure of the TADS system, providing a seamless transition for both pilots to the PNVS system for pilotage mode and ensuring that pilots know their aircraft location.










      1. Technology Readiness - Describe the Technical Readiness Level (TRL) of the Biocular HMD system based on the definitions given in the DOD Technology Readiness Assessment (TRA) Deskbook dated July 2009.














      1. HMD Demonstration:










  1. Has the Biocular HMD system been demonstrated or tested in a relevant operational environment or lab environment to a USG entity? If yes, describe the nature of the demonstration or test, date, location, USG organization(s) involved, and POC names and contact info.

  2. Describe any opportunities for the PM AAH office to witness a vendor provided demonstration of the respondent’s Biocular HMD technology, in a lab or other relevant environment.










      1. Describe the maintenance and training strategy of the system to include, but not limited to:










  1. What level of maintenance would be performed in the field? (i.e., Hardware and Software)

  2. Level of maintenance required at the depot (i.e., Hardware and Software).

  3. Expected Mean Time Before Failure (MTBF) for the Biocular HMD system.

  4. Sustainment, Field, and Depot support impacts, to include concepts of sustainment, support, and Test Station(s) develop/modification for Depots, Engineering Labs, and Simulators.

  5. Ability to train crews at home station without external stimulation (embedded training).

  6. Software and Firmware update process and timetable.








    1. General – Other information requested includes:








  1. The Government desires, at a minimum, Government purpose rights for any technologies proposed for this HMD requirement. Discuss data rights, Government right to source code, and Intellectual Property claims on the proposed technology. Discuss your key interfaces and how the use of an Open Systems Approach will enable future upgrades at the LRU and component level to include, but not limited to, the porting of software onto common mission computer.

  2. Describe the ability to meet standard Information Assurance, cyber security, anti-tamper, and DO-178C and DO-254C requirements and other mil standards.

  3. Describe any current certifications or anticipated process for which the Biocular HMD system will obtain certification(s) and the timeline to obtain those certification(s).

  4. Provide processor specification (capacity, usage, number of cards, CPU cores, architecture, power supply, and any other information responders deem pertinent).

  5. Provide a schedule for the proposed system that would be available between FY 2025 – FY2028 (Near-Term) to include mapping to TRL and MRL readiness.

  6. Describe the technical, cost, and schedule risks associated with this effort.

  7. Describe your company’s estimated rate of production for the HMD system(s). Once in full-rate production, what is the estimated manufacturing lead time and what is the total monthly capacity? What is the estimated timeline for your company to ramp production to steady state?

  8. Describe respondent’s requirements regarding access to resources, laboratories, platform to be able to integrate the Biocular HMD into Apache.

  9. Describe your company's capabilities and experience in performing software and hardware development for aircraft HMD systems, both military and commercial.

  10. Explain any element of this RFI (i.e., engineering, documentation, technical data development, testing, etc.) that your company either does not have or that must be established to accomplish tasks that may result from the RFI. Please note if there are any initial engineering costs that would have to be provided by USG to facilitate the procurement of a HMD system(s) for the Army’s AH-64E Apache Helicopter; actual costs are not required.

  11. Describe any limitations your company may have for responding to this RFI. Include limitations and courses of action necessary to overcome the limitation. Identify whether the limitation is based on cost, schedule, facilities, or technical performance issues you feel should be considered. Describe any agreements that would preclude your company from having the ability to accomplish this effort.

  12. Describe your company's experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager)

  13. Describe your company's organization to include major products/services, primary customer base, number of employees, annual revenue history, office location, CAGE code(s), statement regarding current Small Business Administration business size and socio-economic classification under (i.e., small, Small-Disadvantaged, Service-Disabled, Veteran-Owned, HUBZone, etc.) and associated NAICS Code under which the company conducts business, statement whether your interest in this effort is as a Prime respondent or to express interest regarding subcontracting possibilities, and contact information (telephone and email) for points of contact of those able to discuss the material submitted.

  14. Provide any international or Foreign Military Sales export concerns to include potential technology restrictions, requirements, or protections. Describe any areas in which there may be foreign company or foreign partner opportunities, if any. Also describe if there are potential opportunities for portions of the effort to be performed in or by the United Kingdom or Australia.





3.0 Industry Discussions





The Government reserves the right to hold one-on-one meetings or an industry day as a result of responses received from this RFI as part of its market research. PM AAH office representatives may or may not choose to meet with potential respondents. Meetings may be held in particularly with respondents who provide comprehensive responses to the Section 2.0 Requested Information. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks.





4.0 Questions





All questions relating to this RFI shall be submitted in writing only via email to dexter.j.hornsby.civ@army.mil. The subject line on the email submissions for questions or requests for clarifications should read: “RFI: Apache Biocular HMD, Questions/Clarifications”. Absolutely no telephone calls will be accepted in response to this RFI. Questions or requests for clarification shall NOT contain proprietary or classified information. To facilitate a timely response, all questions or requests for clarification are due no later than ten (10) days of RFI Published Date at 4:00 pm Central Time. Responses to the questions received will be answered and posted for all interested parties to see via an amendment to the RFI on the SAM website. The Government reserves the right to not address questions or requests for clarification should it not be pertinent to the RFI.





5.0 Responses





Responders are requested to submit clear and concise written notification of their interest, qualifications, and technical concepts to meet the requirements of this RFI.





All submitted responses shall follow the outline below and be provided in Microsoft (MS) Word Office 2013 compatible format or Adobe PDF. Responses shall be capable of being printed on 8.5x11 inch paper with one inch margin (top, bottom, left, and right) and no smaller than 12-point, Arial font. Line spacing shall be set no less than single space. Any drawings shall be capable of being printed on 11x17 inch paper and no smaller than 10-point font. Responses shall be no more than twenty-five (25) total pages excluding cover page and any supporting attachments or drawings. All responses shall contain a Cover Page identifying:






  1. RFI Title

  2. Company or organization name, mailing address (City/State/Zip), and Unique Entity Identifier.

  3. Company web page URL, if any

  4. Point of Contact (name, title, phone number, and e-mail address)





Responses will be reviewed by Government representatives as approved by the PM AAH office and other governing agencies. All information provided will be adequately protected in accordance with the markings.





Responses are due no later than twenty (20) days of RFI Published Date at 4:00 pm Central Time. Responses shall be submitted electronically via the DoD Secure Access File Exchange (SAFE) website (https://safe.apps.mil). To be able to utilize the DoD SAFE website, request a Drop-off code via e-mail to dexter.j.hornsby.civ@army.mil. After receiving the Drop-off code, use the following distribution email address as prompted by the site: TBD.civ@army.mil. The subject line for the SAFE submission should read: RFI: “Apache Biocular HMD - YOUR COMPANY NAME”. No hard copy or fax responses will be accepted. If a late submittal is received, acceptance of such will be at the discretion of USG. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.





6.0 Post Submission Guidelines





Proprietary information should be clearly marked. No classified documents should be included in your response. Please be advised all information submitted in response to the RFI becomes the property of the USG and will not be returned. Responses to this RFI will not be returned. The Government is under no obligation to provide feedback to respondents with respect to any information submitted under this RFI. There is no guarantee that any submission in response to this RFI will result in a Government program. The Government may or may not use any responses to this RFI as a basis for a subsequent project. The information submitted in response to this RFI may be used to help the Government further define its requirements. If the Government develops a program that addresses any submitted or similar topic, the resulting procurement will address technology and business specific requirements as defined by the Government to achieve the required objectives. Any projects developed from the RFI responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be publicized accordingly. Responders to this RFI will have no competitive advantage in receiving any awards related to the submitted topic area. Responders who do not submit a white paper to this RFI will not be prohibited from submitting a proposal if an RFP is published at some point in the future. To protect the integrity of any potential future acquisition, no additional information other than the information contained in this RFI will be provided.




Attachments/Links
Contact Information View Changes
Contracting Office Address
  • AMCOM CONTRACTING CENTER AIR SPARKMAN CIR BLDG 5303
  • REDSTONE ARSENAL , AL 35898-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >