Virginia Bids > Bid Detail

Mission Systems Flying Test Bed

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • A - Research and development
Opps ID: NBD00159514172417707
Posted Date: May 5, 2023
Due Date: May 19, 2023
Solicitation No: W911w623R0004
Source: https://sam.gov/opp/bcbeda1740...
Follow
Mission Systems Flying Test Bed
Active
Contract Opportunity
Notice ID
W911w623R0004
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
ACC-AVIATION APPLIED TECHNOLOGY DIR
General Information View Changes
  • Contract Opportunity Type: Special Notice (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: May 05, 2023 07:13 am EDT
  • Original Published Date: Mar 24, 2023 05:51 pm EDT
  • Updated Response Date: May 19, 2023 02:00 pm EDT
  • Original Response Date: May 08, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
  • Place of Performance:
    Fort Eustis , VA 23604
    USA
Description

  1. Introduction



This Broad Agency Announcement (BAA) Call, W911W6-23-R-0004, for Proposals is released under Army Contracting Command (ACC) Master BAA W911W6-21-R-0013, dated 26 May 2021.



Call number W911W6-23-R-0004, “Mission Systems Flying Test Bed,” defines the required Mission System Integrator (MSI) tasks of: integrating a Mission System Under Test (MSUT) into the Mission System Flying Test Bed (MSFTB), integrating the MSFTB and MSUT into the target Air Vehicle (AV) platform, and verifying and demonstrating system operation. Integration tasks include procurement of any hardware and software required for integration of the MSUT, fabrication of hardware integration items required, integration of the MSUT, demonstration, and test. The Mission Systems Flying Test Bed will support demonstration of third party integration of mission system components and applications in an airborne environment.






    1. General Overview





The purpose of the Integrated Mission Equipment (IME) for Vertical Lift Systems Project is to apply innovative techniques to overcome Army aviation Mission Systems integration challenges caused by the rapid increase of system complexity and the pace of change necessary to keep ahead of emerging threats. These innovative techniques will utilize Air Vehicle Digital Backbones, Automated Software Integration techniques, and Mission System Software Infrastructure developed specifically to overcome these challenges.



IME project’s goal is to enable rapid integration of flight capable technology in a sustainable manner over the life cycle of a platform, system or component. IME is a 6.3 Science & Technology (S&T) program managed by the Combat Capabilities Development Command Aviation and Missile Center (DEVCOM AvMC) Technology Development Directorate (TDD) that builds on the results of the Joint Multi-Role Technology Demonstrator (JMR TD) Mission Systems Architecture Demonstration (MSAD) program and informs the Future Attack Reconnaissance Aircraft (FARA), Future Long-Range Assault Aircraft (FLRAA), and other Future Vertical Lift systems.



It is highly recommended that offerors obtain the corresponding Government Furnished Information (GFI) listed in Section 5 to more fully understand the approach. Additional instruction and information can be found under the Master Broad Agency Announcement (BAA) W911W6-21-R-0013 which is posted to SAM.gov at https://www.sam.gov.






    1. Mission Systems Flying Test Bed (MSFTB) Overview





The MSFTB will be an enduring experimentation and test & evaluation asset used to integrate, demonstrate and mature next generation mission systems. The MSFTB is the culmination of efforts and products from other IME activities brought together to form a solution capable of enabling rapid evaluation of innovative technologies and efficient integration approaches, while reducing system evaluation costs.



The MSFTB will be a flight test capability that can be installed into multiple Air Vehicles (AV) to evaluate integration of various MSUTs. The MSFTB and MSUTs will be installed into an AV through the digital backbone and integrated utilizing government provided core software infrastructure capabilities. The MSFTB will conduct ground and flight demonstrations to evaluate the integration of MSUTs and impacts to changes of the MSUTs or the computing environment on the characteristics of integration. The MSFTB will exercise representative airworthiness, cybersecurity, and model based systems engineering processes to include virtual integration and analysis. The IME developed Architecture Verification Environment (AVE) and MSFTB fill a gap in traditional System Integration Labs by enabling evaluation of MSUTs against their Modular Open Systems Architecture (MOSA) objectives. The AVE independently validates and verifies a MSUT against its architecture requirements while the MSFTB evaluates its ability to be integrated and demonstrated in a representative environment. Figure 1 depicts a concept of operation for the various MSFTB elements, roles and activities.





Figure 2 below depicts conceptual use of the MSFTB in an experimental UH-60M. IME will upgrade the UH-60M or potentially other available AVs to include a DB with nodal points for installing MSUTs to support multiple S&T projects.







Overall, the MSFTB will be a hardware and software system that will be used to demonstrate and evaluate the integration and operation of MSUTs in ground and flight evaluations and will help mature and evaluate innovative approaches for integration of mission systems technologies acquired under MSAD and IME.



The MSFTB concept outlined in the following subsections provides a more detailed explanation of needs and system level capabilities included in the enduring experimentation and test & evaluation asset. In summary:




  • The MSFTB will be a capability for the Government to assess the ability to independently integrate and evaluate MSUTs.

  • The MSFTB will be composed of a set of test equipment installed in a test rack that interfaces the MSUT to the AV.

  • The MSFTB will provide all the capabilities necessary for test scenario simulation, generation of data for MSUT not provided by AV, operation of MSUT, and instrumentation for data collection.

  • An experimental Flight Test UH-60M is the first target AV with Nodal Points to support installation of the MSFTB and MSUT(s).

  • The AV DB provides the power, thermal and data distribution management functions for the MSFTB and MSUT(s).

  • The Government will separately acquire various MSUT(s) that will be independently integrated by one or more MSIs into the MSFTB.

  • MSI(s) will follow the integration approach for hardware and software using the principles and approaches described by Digital Backbone, Core Capabilities, and virtual integration.

  • MSI(s) will use the IME Core Capabilities (CC) infrastructure software products that provide the infrastructure for data exchange, application management, systems management, persistent data management, time server, and event logging.

  • MSI(s) will integrate MSUTs and configure MSFTB emulators, stimulators, and data collection.

  • Excursions will occur by modifying the MSUTs or MSFTB to evaluate integration impacts.



      1. Core Capabilities Overview







Core Capabilities will provide a suite of reusable software products that can be used by the MSI to integrate MSUTs. The Core Capability products will align to the Future Airborne Capability Environment (FACETM) Technical Standard, Edition 3.0, and the IME airworthiness and cybersecurity approaches.



CC Infrastructure software products will be available for MSUT integration for the purpose of experiments and excursions. This infrastructure will be provided as GFI/GFE and will be made available to MS Providers and MSIs at various phases of execution. MS Providers may choose to incorporate Infrastructure elements into their MS instantiations. The MSIs may use infrastructure software as a tool for innovative integration. The Government may direct use of infrastructure software in specific integration scenarios to investigate how a MSUT uses mechanisms to achieve architecture quality attributes.



Table 2 contains description of CC Infrastructure software products. The architecture, performance, and interface specifications will be provided as GFI at contract award. Infrastructure software will be provided prior to the appropriate integration milestone.



Infrastructure GFI/GFE will include artifacts supporting partial qualification of reusable software components for airworthiness and cyber survivability guidance begun under MSAD that are being updated for IME. Final versions will be provided along with infrastructure software deliverables, with draft versions provided at earlier milestones as they mature.



The FACE Technical Standard, Edition 3.0, provides a framework for the underlying architecture. Table 1 below describes capabilities and additional detail as contained at Annex A.



Table 2: Core Capability Infrastructure Software Product Descriptions



Capability



Description



Data Exchange



Responsible for providing a connection between software components and independently managing data priorities and Quality of Service parameters.



Application Management



It is also responsible for managing application state and mode transitions. In the context of CC, a state change represents a condition change. An example would be the application or removal of power. A mode change represents a behavioral change. An example would be performing an initialization sequence or transitioning to Fault when a portion of the application is no longer performing correctly.



System Management



Provides the capability to monitor and manage the startup, operation, and system state. It may respond to events that have been raised by other services. It provides recovery mechanisms for applications that have experienced a fault. System Management uses the data provided at the application level to monitor overall system health which includes managing faults at the system level.



Persistent Data Management



Responsible for providing high-speed data recording. Data types include: flight data, mission logs, mission data, raw experiment data, and post-processed experiment data. It is also responsible for precluding data overwrite and supporting queries made by a MS or an AVS.



Time Server



Responsible for providing time data elements of appropriate accuracy. If Time Sync is in a GPS denied environment, it will be able to maintain time with appropriate accuracy for a limited period of time.



Event Logging



The capability to log application events, raise application faults, and notify interested parties of the events and faults that occur.








      1. Digital Backbone Overview







The Digital Backbone (DB) concept is an architectural mechanism that expedites integration by provisioning for power, data, thermal management, and structural needs; and reduces qualification and certification timelines by separating AV and MS. Implementation of DB is an Air Vehicle subsystem. The DB whitepaper (see GFI listing) describes the overall concepts and scope.




  1. Scope of Work



The primary task of the MSIs is the integration of MSUTs using the provided MSFTB hardware and software. MSIs will conduct end-to-end system checkout, such as establishing and verifying communications paths and information flow, establishing data storage routines and protocols, and verifying MS simulation and stimulation provides expected outcomes. The MSI will support airworthiness, cybersecurity, and virtual integration processes that support partial airworthiness certification for future Mission Systems airworthiness certification. Reviews are anticipated to begin with virtual integration and analysis, progressing through final demonstrations.



Integration scenarios:




  • MSUT hardware installed at a Nodal Point of the DB which provides power, thermal, structural, and a Point of Presence (PoP) to connect the MSUT to the MSFTB.

  • MSUT software installed in the MSFTB general-purpose processor virtual machine.

    1. Acquisition Approach





It is anticipated that this Call will result in award of multiple Indefinite Delivery/Indefinite Quantity (IDIQ) cost plus fixed fee contracts.



The base IDIQ requirements are contained in the draft contract attached to this Call.



Draft Task Order 1 (attached to this Call) contains the programmatic requirements and technical tasks to prepare for integration, resulting in the MSI’s development and delivery of a MSI Systems Integration Guide (SIG) and GFI Utilization Report.



Future Task Orders will be issued as applicable, to integrate government specified MSUT(s) in accordance with the MSI’s SIG utilizing the provided MSFTB hardware and software. MSUT virtual integration will be required prior to commencing physical integration. Future Task Orders, as applicable, will include demonstration support at Ft. Eustis, VA.



Up to six (6) MSI contract awards are anticipated to be selected from this Call.



Up to four (4) MSUT integration events are anticipated per MSI.



Updated GFI will be provided at Contract Award.



The anticipated MSI schedule is shown in Figure 3 with details describing the relationship between Task Order 1 and Task Order 2.



An MSFTB Deep Dive will occur no later than 45 days after contract award to exchange information on all available GFI.



MSI’s will present their initial System Integration Guide (SIG) no later than 120 days after contract award to begin the Government review cycle.



The Government anticipates Task Order 2 Request for Proposals will be published 180 days after contract award with a requirement to utilize the MSI’s SIG.





Figure 3: Anticipated MSI Timeline



2.2 Mission System Integrator (MSI) Overview



The goal of this effort with MSI’s is the integration of Mission Systems Under Test (MSUTs) using the Government-provided MSFTB hardware and software. The MSI efforts will accomplish the verification of the concepts under the IME program to streamline integration efforts and provide knowledge insights for improving or implementing these concepts. The primary objective of the Government is not the integration itself, but the learning to be done from varying integration approaches.



The primary duties of an MSI are:




  • Prepare for integration with the MSFTB

  • Integrate MSUT(s) with the MSFTB

  • Support installation of the MSFTB with integrated MSUT into the target AV platform

  • Verify system operation





The MSIs are responsible for identifying and addressing gaps in both GFI and required materials for integration of the MSUTs into the MSFTB.



The MSIs will demonstrate MSUT integration, verify MSFTB operation, and support demonstration of the configuration.




  1. Call Specific Instructions

    1. Proposal Instructions





Specific instructions pertaining to the content, structure, and submission of proposals are provided in Master BAA W911W6-21-R-0013 section 5.2, Proposal Submission Process. In addition to the content required, the Offeror shall provide the following:



Volume 1 – Technical Proposal: Technical proposals are limited to thirty (30) pages.



The Offeror shall describe their MSUT integration approach, to include:




  1. An approach to achieving the Government’s integration goal as described in Section 1.1

  2. Integration processes

  3. Virtual integration

  4. Integration of a third party MSUT

  5. Use of the CC infrastructure software products

  6. Use of auxiliary software such as simulators/stimulators/emulators

  7. Use of data capture and recording

  8. End-to-end system checkout, such as establishing and verifying communications paths and information flow, establishing data storage routines and protocols, and verifying MS simulation and stimulation provides expected outcomes

  9. Configuration management of the MSUT-MSFTB integration, to include: approach to configuration management as the MSFTB evolves during MSUT integration, details thereof, and virtual integration impacts.

  10. Offeror’s experience, as described in paragraph 4.2.1 below. Offeror’s experience is part of the 30-page count limitation but resumes for Key Personnel should be included in an appendix (a stand-alone file), which is not subject to the page count limitation.

  11. Identify if contractor has a SECRET level cleared facility; this is for information purposes, and not a requirement for contract award.



Volume 2 – Price/Cost Proposal: Pricing shall be provided for the draft Task Order only. See Section 5.2.3. Proposal Content, Volume 2, of the Master BAA for proposal content instructions.



4. Evaluation Criteria / Basis for Award



Proposal evaluation criteria/information is provided in Master BAA W911W6-21-R-0013 section 6.






  1. Funding



Any anticipated award based on a proposal is contingent upon the availability of appropriated funds. The Government anticipates multiple awards in the 4th quarter of the Government Fiscal Year 2023 (4QFY23). Anticipated total Government funding is approximately $20M. The Government reserves the right to make one, multiple, or no awards, based upon the technical merit and affordability of proposals received on this Call. Higher Army Futures Command priorities may preclude awards under this Call.



Any award made under this Call may be incrementally funded.




  1. Data Rights



The Government desires “Unlimited Rights” and requires at a minimum “Government Purpose Rights” as defined by DFARS Part 227, to all technical data and deliverables developed under this program. It is the Offeror's responsibility to clearly define in the proposal, the proposed data rights for technical data, computer software and each deliverable. Ambiguities will be negatively evaluated against the Offeror.






  1. Security Aspects



All MSI personnel that gain access to platform-related information, programs and material will require clearance levels commensurate with the tasks being performed on the contract. The MSI shall manage all security clearances associated with the IME project. The MSI shall provide personnel that can support all classification needs of the IME project during the execution of this project. A DD 254, Contract Security Classification Specification will be incorporated when applicable.




  1. Government Furnished Data / Equipment / Information



The information identified in this section reflects content that is made available for the purpose of understanding the task and performing the integrations required. The following GFI will be made available to all authorized respondents at the time indicated at the beginning of each of the following three tables.








  • The following GFI is will be provided with the Solicitation to those Offerors making a written request in accordance with the below:







Name



Description



Version



File format



Distribution



Architecture












  1. Architecture Development Method (ADM)



Describes the methodology to develop or derive architectures in accordance with the Comprehensive Architecture Strategy (CAS).



Version 1.0 – Baseline, 30 Jun 2021



.pdf



C - Distribution authorized to U.S. Government Agencies and their contractors




  1. Comprehensive Architecture Strategy (CAS) Paper



Provides an introduction to a Comprehensive Architecture Strategy (CAS) for mission systems.



Version 5.0, 15 Jan 2021



.docx



A – Approved for public release; distribution is unlimited




  1. Hardware Open Systems Technologies Tier 1 Standard



A standards framework which defines multiple Open



Architectures that support a Modular Open Systems Approach (MOSA), and standardizes the implementation of Commercial-Off-the-Shelf (COTS) components for embedded computing on Open Systems for U.S. Defense Platforms.



HOST Tier 1 Standard v4.1 Draft;



Document Number: HOST00001-11, 29 Jun 2021



.docx



A – Approved for public release; distribution is unlimited






  1. Hardware Open Systems Technologies OpenVPX Core Technology Tier 2 Standard



Hardware Open System Technologies (HOST) OpenVPX Core Technology Tier 2 Standard applies OpenVPX embedded computing technologies to the HOST Tier 1 Standard architecture.



Version 4.0; Document Number: HOST00002-11, 29 Jun 2021



.pdf



A – Approved for public release; distribution is unlimited





MSFTB












  1. MSFTB Overview



Depicts the MSFTB CONOPS.



12 Nov 2021



.pptx



C - Distribution authorized to U.S. Government Agencies and their contractors




  1. Initial MSFTB Model



Cameo model of the MSFTB and Core Capabilities infrastructure services.



Draft Version 1.0



.mdzip



C - Distribution authorized to U.S. Government Agencies and their contractors







Digital Backbone












  1. Digital Backbone Whitepaper



Provides an introduction to the resilient Digital Backbone (DB).



Version 1.2, 29 Aug 2018



.pdf



C - Distribution authorized to U.S. Government Agencies and their contractors






  1. MAESTRO Digital Backbone Concept



The MAESTRO approach defines the specifics of the digital backbone, its implementation, processes and expectations on how the DB is to be described within the MBSE concept.



Version 3B, 14 May 2021



.pdf



C - Distribution authorized to U.S. Government Agencies and their contractors





Processes












  1. IME Model Management Implementation



Describes the IME plan for configuration management of models and other digital artifacts.



Preliminary Version 0.2, 1 Feb 2021



.docx



C - Distribution authorized to U.S. Government Agencies and their contractors






  1. Airworthiness Qualification Requirements for Reusable Software Components (RSCs)



Addresses the qualification requirements for the development of third party Reusable Software Components (RSCs). The requirements presented are intended to be used in conjunction with the requirements presented in the AMACC Section 15.



Final Draft, 4 Feb 2022



.pdf



C - Distribution authorized to U.S. Government Agencies and their contractors






  1. Airworthiness Qualification Requirements for the Integration of Reusable Software Components (RSCs)



Addresses the qualification requirements for the integration of third party Reusable Software Components (RSCs).



Final Draft, 4 Feb 2022



.pdf



C - Distribution authorized to U.S. Government Agencies and their contractors



Modeling












  1. TDD Reference Architecture



Extracted from FAF 3.0.



Contained within the MSFTB Model Draft Version 1.0.



(.mdzip)





C - Distribution authorized to U.S. Government Agencies and their contractors








  1. IME Objective Architecture



Extracted from FAF 3.0





Contained within the MSFTB Model Draft Version 1.0.



(.mdzip)





C - Distribution authorized to U.S. Government Agencies and their contractors






  1. Digital Backbone (DB) Objective Architecture (OA)



Extracted from FAF 3.0



Version 0.5, 1 May 2020



.xlxs





C - Distribution authorized to U.S. Government Agencies and their contractors






  1. Objective Mission System Definition (OMSD) v3.1



Extracted from FAF 3.0. Functional decomposition of mission capabilities based on the review of a number of source documents and an allocation of those functions to domains such as Communications, Navigation, etc.



Version 3.1, 31 Jan 2018



.xlxs



C - Distribution authorized to U.S. Government Agencies and their contractors




  1. Air Vehicle/Mission System Architecture interface



Extracted from FAF 3.0



Contained within the MSFTB Model Draft Version 1.0.



.mdzip



C - Distribution authorized to U.S. Government Agencies and their contractors






  1. Component Specification Template & Component Design Templates



Extracted from FAF 3.0



Contained within the MSFTB Model Draft Version 1.0.



.mdzip



C - Distribution authorized to U.S. Government Agencies and their contractors




  1. Joint Common Architecture (JCA) Reference Functional Architecture (RFA) v2.01 (JCA Model)



Extracted from FAF 3.0



Contained within the MSFTB Model Draft Version 1.0



.mdzip



C - Distribution authorized to U.S. Government Agencies and their contractors








  1. Data Specific Domain Model (DSDM)



Extracted from FAF 3.0



Contained within the MSFTB Model Draft Version 1.0



.mdzip



C - Distribution authorized to U.S. Government Agencies and their contractors






  1. Architecture Centric Virtual Integration Process (ACVIP) Handbooks - Modeling & Analysis with the Architecture Analysis & Design Language (AADL)



Provides guidelines to engineers and engineering managers for planning and executing the ACVIP engineering tasks of an embedded computer system development project.



Revision 1.1,



March 2021



.pdf



C - Distribution authorized to U.S. Government Agencies and their contractors






  1. Architecture Centric Virtual Integration Process (ACVIP) Handbooks - Overview with the Architecture Analysis & Design Language (AADL)



Overview of ACVIP.



Revision 0.9,



4 April 2019



.pdf



C - Distribution authorized to U.S. Government Agencies and their contractors






  1. Architecture-Centric Virtual Integration Process (ACVIP) Acquisition Management Handbook



Guide seeks to harmonize performing the Architecture-Centric Virtual Integration Process (ACVIP) with the policies from the new Adaptive Acquisition Framework [DoDI 5000.02] to align the technical work to the acquisition approach.



CMU/SEI-2020-SR-021—RESTRICTED, January 2021



.pdf



C - Distribution authorized to U.S. Government Agencies and their contractors











The following GFI is anticipated to be provided at Contract Award:







Name



Description



Version



File format



Distribution



MSFTB












  1. Current MSFTB Model



Cameo model of the MSFTB and Core Capabilities infrastructure services.



Current Version X.x



.mdzip



C - Distribution authorized to U.S. Government Agencies and their contractors







Core Capabilities












  1. Core Capabilities Infrastructure Services software products



Core Capabilities will provide a suite of reusable infrastructure software products that can be used by the MSI to integrate MSUTs.



Various



TBD



Commercial license or Distribution C - distribution authorized to U.S. Government Agencies and their contractors






  1. Systems Manager (if not Commercial license)



COTS or purpose driven software used to manage MSFTB systems.



TBD



TBD



Commercial license or Distribution C - distribution authorized to U.S. Government Agencies and their contractors





It is the Offeror’s responsibility to identify, coordinate, and furnish supporting documentation for use of any Government furnished equipment, data, or services not explicitly offered as part of this solicitation. Most Government furnished technical data and documentation is not publicly available and/or is export controlled.






  1. Other Information





Questions and/or requests for GFI shall be submitted in writing to the following: Nichole Taylor, nichole.d.taylor.civ@army.mil and Laurie Pierce, laurie.a.pierce2.civ@army.mil. Please include the Call number in the subject line. Requests for GFI shall include contractor’s verifiable Joint Certification number and/or a copy of the Offeror's Defense Logistics Agency Joint Certification Program approved DD Form 2345, Militarily Critical Technical Data Agreement. Questions and further information related to certification can be found at: the Contact the Defense Logistics Services Center at http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP.aspx . All questions should be submitted within 10 days prior to the closing date (see page 1 of attached solicitation/draft contract for date and time) to ensure a response. All questions and responses will be posted as an Amendment to the Call on SAM.gov.





Any Inconsistencies between this Call and the Master BAA, shall be resolved by giving preference to this Call.



This Call consists of the following documents: (1) Call; (2) Solicitation/Draft Contract; (3) Draft of the first Task Order.





PROPOSAL SUBMISSION: Proposals shall be submitted via the DoD SAFE file exchange at SAFE.apps.mil; a request for drop off shall be submitted to the points of contact noted above. Requests for drop off shall be submitted to allow adequate time to receive and upload (no later than 2 days prior to the closing date). See page 1 of the solicitation/draft contract for cutoff DATE and TIME for proposal submission.


Attachments/Links
Contact Information
Contracting Office Address
  • CONTRACTING DIV KO LEE BLVD BLDG 401
  • FORT EUSTIS , VA 23604-5577
  • 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 >