SBIR Advanced Prognostic and Health Management and Model Based Prognostic Useful Life Remaining Capabilities for Aircraft Tactical Information and Communication Systems
This is a justification to award a Small Business Innovation Research (SBIR) Phase III Basic Ordering Agreement order to Frontier Technology, Inc. (FTI), Beavercreek, Ohio. FTI, Global Strategic Solut... This is a justification to award a Small Business Innovation Research (SBIR) Phase III Basic Ordering Agreement order to Frontier Technology, Inc. (FTI), Beavercreek, Ohio. FTI, Global Strategic Solutions, LLC (GSS), and Ridgetop Group, Inc. were awarded SBIR Phase I contract numbers N68335-07-C-0349 on 3 May 2007, N68335-07-C-0350 on 7 May 2007, and N68335-07-C-0352 on 3 May 2007 respectively, resulting from Solicitation 07.1, Topic N07-010. Topic N07-010 was entitled, "Advanced Prognostic and Health Management and Model Based Prognostic Useful Life Remaining Capabilities for Aircraft Tactical Information and Communication Systems". FTI and GSS were subsequently awarded SBIR Phase II contract numbers N68335-08-C-0335 on 23 September 2008, and N68335-08-C-0336 on 29 September 2008 respectively. Additionally, FTI was awarded SBIR Phase II.5 contract number N00024-14-C-4092 on 9 September 2014. FTI, Sonalysts, Inc., and Quanterion Solutions were awarded SBIR Phase I contract numbers N68335-14-C-0102 on 23 December 2013, N68335-14-C-0091 on 19 December 2013, and N68335-14-C-0107 on 19 December respectively, resulting from Solicitation 13.2, Topic N132-096. Topic N132-096 was entitled, "Innovative Data Anomaly Detection and Transformation for Analysis Applications". FTI was subsequently awarded SBIR Phase II contract number N68335-15-C-0118 on 11 March 2015. FTI was awarded Basic Ordering Agreement N68335-16-G-0014 on 23 May 2016 resulting from Solicitation 07.1, Topic N07-010 and Solicitation 13.2, Topic N132-096 and 4 delivery orders have been issued against it. Topic N07-010 sought the development, demonstration, and application of advanced prognostic models for communication, navigation, and identification (CNI) systems and their subsystem components. Subsystems include aircraft global positioning systems, inertial navigation systems - including landing aids, identification friend or foe systems, radar altimeter, and voice and data communications systems. Phase I for Topic N07-010 sought to define the techniques and processes needed to relate Remaining Useful Life predictions to detectable conditions in one or more aircraft CNI subsystems and their components. Determine the feasibility of developing advanced prognostic models, statistical techniques and other programs required for a specific CNI subsystem application and/or its components; determine the required inputs to the models; outline a method of extracting them from an installed CNI subsystem and / or specific component; and define required user interfaces. Phase II for Topic N07-010 sought to assess application boundaries, accuracy, and limitations for these modeling techniques and demonstrate the prototype prognostics models, techniques, and supporting programs for a specific CNI subsystem and its components. Topic N132-096 sought the development of a software toolset that can extract and transform data from different database systems, and convert it into data packages that create model specific input files and build metrics that support future modeling, simulation, and analysis tasks. Phase I for Topic N132-096 sought the design and feasibility of a software toolset based upon the topic requirements. Additionally, the system's validation methodology and performance parameters were outlined. Phase II Topic N132-096 sought the development, demonstration, and validation of an operational prototype of the Phase I design, and perform validation to demonstrate utility and establish the performance parameters. 3. Description of Supplies/Services. This Phase III effort derives from the Phase I, and II efforts described in paragraph 2, and is for the ongoing maintenance and operational support to the Global Energy Information System (GENISYS) toolset, including continued application of SBIR technologies ELAPS®, NormNet® and MPAETM to improve the GENISYS data and metrics analytics functions. The GENISYS Program was established to support the fleet to specifically monitor energy usage, efficiency and readiness initiatives for ships and shipboard systems. The program initiatives support traceability from operating and environmental condition, performance metrics, consumption rates, fuel efficiency assessment criteria and sustainment factors that allow Navy planners and decisions makers to justify future energy investments based on quantitative analysis. The Fleet Energy Conservation Dashboard (FECD) within GENISYS is currently in a prototype phase. The FECD collects and processes energy data and provides metrics to multiple stakeholders, thus assisting in the assessment of policy and procedure changes, future improvements, and/or maintenance actions. This Phase III SBIR BOA Delivery Order will support the application and implementation of the SBIR technologies that derive from, extend, or logically conclude efforts performed under prior SBIR funding agreements, specifically: • Navy Topic N07-010 - "Advanced Predictive Health Management (PHM) and Model Based Prognostic Useful Life Remaining Capabilities for Aircraft Tactical Information and Communications Systems and related decision support" • Navy Topic N132-096 - "Innovative Data Anomaly Detection and Transformation for Analysis Applications" • Navy Topic OSD07-CR4 - "MPICE Simulation Tools and Environment". This effort intends to leverage NormNet® - technology developed under the above SBIR topics as a predictive analytics capability that allows users to detect abnormalities in complex energy systems in advance of actual failure - to monitor the data flow of GENISYS in an effort to help ensure the data provided to the overall system is accurate and formatted correctly for processing. The advantage of leveraging NormNet®'s capability to detect slight variations in inputs can give a high degree of confidence in the quality of the inputs received. The task will also work to determine what measures can be taken in terms of Equipment Operating Condition (EOC) degradation based on Remaining Useful Life (RUL) reports and monitored values (CDRL A004). NormNet®'s potential enhancements to GENISYS can provide insight into energy usage and system maintenance, and allow for target maintenance activities and potential cost savings. This can then be applied across the NAVAIR Enterprise to gain efficiencies in energy usage, anomaly detection and fault diagnostics. The detailed objectives for this effort include: Maintenance of the GENISYS suite; refine energy data metrics to further the Navy's fuel efficiency strategy and approach; Apply predictive decision support and sustainment analytic capabilities through use of GENISYS and Condition Based Maintenance + Enterprise System data; Continued software and hardware environment support; Identify data sources that will enhance the GENISYS suite of systems; Identify trends to address energy-related system issues and maintenance gaps; Provide installation support for backfitting the Fleet with the GENISYS suite; Update current operating instructions and user documentation for approved platforms / units; and modify GENISYS systems to support the in-service Fleet. Deliverables of this effort include status reports, training documentation, and user guide alterations. This Phase III effort will be N68335-16-G-0014, Delivery Order N68335-18-F-0150. 4. Statutory Authority Permitting Other Than Full and Open Competition. 10 U.S.C. 2304(c)(5), as implemented by FAR 6.302-5: Authorized or Required by Statute. 15 U.S.C. 638(r)(1) states: "In the case of a small business concern that is awarded a funding agreement for Phase II of an SBIR or STTR program, a Federal agency may enter into a Phase III agreement with that business concern for additional work to be performed during or after the Phase II period." Furthermore, 15 U.S.C. 638(r)(4) states: "To the greatest extent practicable, Federal agencies and Federal prime contractors shall issue Phase III awards relating to technology, including sole source awards, to the SBIR and STTR award recipients that developed the technology." 5. Demonstration that Proposed Contractor's Unique Qualifications or Nature of Acquisition Requires Use of Authority Cited. The nature of the acquisition requires the use of the authority cited. The SBIR/STTR Programs are structured in three phases. Phase I (project feasibility) determines the scientific, technical and commercial merit and feasibility of the ideas submitted. Phase II (project development to prototype) is the major research and development effort, funding the prototyping and demonstration of the most promising Phase I projects. Phase III (commercialization) is the ultimate goal of the SBIR/STTR Programs. Because the Phase III work derives from, extends, or completes efforts performed under Phase I and Phase II, use of the authority cited is required. 6. Description of Efforts Made to Ensure Offerors Were Solicited From as Many Potential Sources as Practicable/ Public Notification through Government Point of Entry (GPE). The topic for this effort was included in the Department of Defense Program Competitive Solicitation issued under the SBIR Program. As described above, only FTI is being considered for Phase III award due to the nature of the acquisition. In accordance with FAR 5.202(a)(7), this proposed contract action does not require public notification to the GPE. 7. Determination of Fair and Reasonable Cost. The Contracting Officer will determine prior to award that the negotiated price of the contract executed under this justification is fair and reasonable pursuant to FAR Subpart 15.4. This determination will be documented in Business Clearance Memorandum, which will be included in the contract file. 8. Description of Market Research or Statement of the Reason Market Research was not Conducted. FAR 10.001(a)(2) indicates that market research appropriate to the circumstances must be conducted. SBIR Phase III procurements are such that traditional market research to identify alternative sources is generally unnecessary. As described above, the Phase III work derives from, extends, or completes efforts performed under Phase I and Phase II. 9. Any Other Supporting Facts. Not applicable. 10. Listing of Interested Sources. Not applicable. 11. Actions Taken to Remove Barriers to Future Competition. The Contracting Officer anticipates that competitors will enter the market once the product is commercialized. It is likely that future acquisitions will be competed using full and open competition and commercial item acquisition procedures. The Contracting Officer is not aware of any specific actions that would further remove barriers to competition. 12. Period of Performance. Base: 12 Months Option(s): Three (3), 12-month options 13. Total Estimated Dollar Value of the Acquisition Covered by this Justification, with Funding Specified by Year and Appropriation. 14. Actions Attempted to Make Immediate Acquisition Competitive and Cost/Benefit Analysis No actions were attempted to make the immediate acquisition competitive; no cost/benefit analysis was performed. As described above, only FTI is being considered for Phase III award due to the nature of the acquisition.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »