AiTR/AiTD for ground vehicles is ultimately desired to work on sensors for both static and on-the-move vehicles in real-time in diverse environments. Industry may propose a currently available solution as well as a research or prototype effort. Responses are encouraged to include a discussion on the current development status and the Technology Readiness Level (TRL) of the algorithm, as well as any applicable test or demonstration results. Technology development roadmaps that show products at TRL 6 for incremental capability transition in FY19, FY22, and FY24 are also of interest. For the purposes of this RFI, TRL 6 AITR/D algorithms are defined to have been demonstrated on prototype sensors and platforms in real time in realistic environments and conditions.
While integrated end-to-end processing and exploitation solutions are also encouraged, given the evolving nature of the requirement and technology it is expected that this RFI is going to help identify many different enablers which will be integrated through a flexible and adaptable software and computing hardware architecture to mature technology to high technology readiness level to meet specific warfighter requirements. In particular, training data requirements for new machine learning approaches will challenge typical development processes for ground-based AiTR/AiTD. Solutions that enable data collection and/or data generation for large quantities of ground-to-ground EOIR imagery as well as techniques to help with rapid groundtruthing and labeling are applicable.
The following is a short list indicative of the possible capabilities that may be of interest for both narrow field of view (FOV) targeting sensors as well as wide FOV search and/or situational awareness sensors.
- Automated search and detection for military targets of interest. This includes, but is not limited to, vehicles, personnel, weapons systems, and UAS that may be fully exposed or partially obscured.
- Automated recognition or classification of targets to include military versus civilian vehicles, weapon/no weapon discrimination, and facial recognition.
- Automated multi-target tracking.
- Algorithms that provide enhanced discrimination, tracking, and other advanced capabilities in dense urban settings.
- Algorithms compatible with high definition uncooled IR sensors used for 360˚ situational awareness.
- Algorithms compatible with existing fielded Second Generation (2GF) FLIR sensors.
- Algorithms that leverage multi-spectral sensors, such as Third Generation (3GEN) FLIR.
- Collaborative AiTD/AiTR, between ground vehicle sensors or ground vehicle sensors and small UAS.
- EOIR data sets including ground-to-ground militarily relevant targets, as well as solutions to collect and/or generate relevant imagery with groundtruth or labels for training
Sensor Oriented Requirements
Next generation IR cameras have large formats such as 1280 × 960, 1920 × 1200, and 2K × 2K with typical frame rates at 30 Hz to 60 Hz. EO cameras are available in even higher pixel formats and frame rates. Multi-spectral sensors such as 3GEN FLIR are also becoming available.
While the objective is to ultimately develop technology that can work day/night on infrared sensors, responses that have focused on visible sensor development are acceptable to show development status. Responses that exploit multi-spectral sensors are encouraged as well. AiTR and AiTD capabilities are desired on both narrow FOV targeting sensors as well as wide FOV search and/or situational awareness sensors.
The intent of this RFI is to identify an ecosystem of algorithms, exploitation capabilities, and machine vision approaches that can be leveraged (within reason) with a wide variety of sensor types including but not limited to EO and IR sensors of different spatial, temporal, spectral, and radiometric resolutions.
Computing Hardware Oriented Requirements
While the primary emphasis of this RFI is on algorithms, software implementation and architectures to enable real-time AiTR/AiTD capabilities, it is also important to understand the ecosystem of the computing hardware on which these capabilities may be hosted. In that spirit, submission on new and evolving computing hardware architectures for efficient, low Size, Weight, Power, and Cost (SWAP-C) computing is encouraged. Submission on specific embedded, FPGA or ASIC implementation of well-defined visual processing and exploitation capabilities or tools that can be embedded in a larger system level solution are also encouraged. Although the primary purpose of this hardware is to execute AiTD/AiTR software, this hardware may interact with related on- and off-platform systems. As such, technologies that support low-latency distribution of real-time sensor video from high bandwidth EO/IR sensors to multiple consumers (human or machine) are of interest. Approaches that enable rapid real-time prototyping, adaptation, and implementation of algorithm approaches are also of interest.
Operational and Environmental Requirements
AiTR/AiTD algorithms will be required to be effective in a broad array of environmental conditions on ground vehicle platforms of various sizes and configurations. The following list highlights some operational and environmental considerations for algorithm performance:
- Broad array of rural and urban environments with varying degrees of natural and man-made clutter
- Static or moving targets, partially obscured targets
- Targets over a broad range of operationally relevant ranges, i.e., close to the vehicle and at significant standoff
- Real-time operation with both static and on-the-move platforms
- Tracking persistence for slewable sensors
RFI Submission Instructions
Interested parties who have the expertise, capabilities and technologies in the areas of interest to this RFI should provide their electronic response NLT 17 August 2018 via e-mail.
Email to: [email protected]
Copy to: [email protected]
Subject: RFI W909MY-18-R-C016 - ATR Technology - Your COMPANY NAME
All information received in response to this RFI that is marked "Proprietary" will be handled accordingly. RFI responses will not be returned nor will receipt be confirmed.
In addition to the body of the cover letter, respondents shall provide short concise answers to the following questions (not included in the 1 page limit).
The Army Contracting Command on the behalf of the CERDEC Night Vision and Electronic Sensors Directorate (NVESD) is seeking the following information:
o Mature, reliable and robust Aided Target Detection (AiTD) and Aided Target Recognition (AiTR) algorithms, processing modules, and computing technologies that can operate in real time on EOIR sensors mounted on ground combat systems to improve situational awareness and reduce workload of the Soldier.
o Current state of the art for AiTD and AiTR approaches and behaviors in increasingly difficult environments to include complex urban and rural terrain.
o Potential capabilities for near term integration into current ground combat platforms.
o Candidate capabilities for maturation and possible later integration into current fleet and new development vehicles.
o Well qualified providers of reliable and robust capabilities, products and services in the areas of algorithm design, development, implementation and integration for manned and unmanned ground combat systems.
COVER LETTER:
The response shall include a Cover Letter (1 page limit). The Cover Letter should briefly state the offeror's interest in ATR Technology for Ground Combat Systems and highlight technical products and capabilities in relevant areas. The cover letter shall also include the following information:
Subject: RFI W909MY-18-R-C016 - ATR Technology - YOUR COMPANY NAME
o Company name
o Date of incorporation
o Number of years in business
o Number of employees
o Mailing address
o Company Website address
o The singular point of contact for all information pursuant to this RFI.
o Phone Number
o Email address
In addition to the body of the cover letter, respondents shall provide short concise answers to the following questions (not included in the 1 page limit).
In addition please provide the following information:
1. Please provide the following Point of Contact information:
Company:
Address:
Point of Contact:
Phone Number:
Fax Numbers:
Email Address:
2. Please identify your company's small business size standard based on the primary North American Industrial Classification System (NAICS) code of 333314. The Small Business Size Standard for this NAICS code is $15,000,000.00. For more information, please refer to http://www.sba.gov/content/table-small-business-size-standards.
Large Business Concern
Small Business (SB) Concern
8(a)
Small Disadvantaged Business (SDB)
Woman-Owned Small Business (WOSB)
Historically Underutilized Business Zone (HUBZone)
Veteran-Owned Small Business (VOSB)
Service-Disabled Veteran-Owned Small Business (SDVOSB)
3. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question # 2, then is your company interested in a prime contract for the requirement?
4. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS Code 541330 - Professional, Scientific, and Technical Services - Engineering services?
NOTE: If you are a SB, answer questions 4A, B & C. All others skip to Question #5.
A. If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work?
B. If you are a small business, can you go without a payment for 90 days?
C. If you identify your company as a small business or any of the small business subcategories above, then is your company interested in a prime contract? If so, does your company possess the capabilities to provide the entire range of these requirements? If not, please list which requirements your company can provide.
5. Does your company have experience as a prime contractor administering Multiple
Award Contracts (MACs)? (maximum of 5 efforts)
6. If you answered "yes" to Question # 5, please provide as much of the following information as possible;
A. MAC contract number(s);
B. aggregate dollar value of entire MAC contract;
C. aggregate dollar value of task orders you prime on each MAC;
D. number of task orders you prime on MAC;
E. Is the work on each MAC similar in scope to that of this requirement?
7. If your company is a large business, please explain how you will utilize small businesses in meeting these requirements. Please include a realistic goal for work as derived from this RFI and indicate whether having socio-economic subcategory goals e.g. SDB, WOSB, EDWOSB, VOSB, SDVOSB, HUBZone, etc. is feasible. If so, include those goals.
8. Is your company currently providing similar services (to include size and complexity) to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially. Please provide Contract Number, Point of Contact (POC), email address, phone number, and a brief description of your direct support of the effort? (maximum of 5 efforts)
9. What are the core competencies of your employees that would support the needs of the requirement? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirements.
10. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system?
Technical Narrative Instructions (maximum 15 pages)
The Technical Narrative shall be submitted as two files. The content of each file shall be identical. The primary submission shall be MS Word*.docx format. A copy in Adobe *.PDF is also required.
Page Size: 8.5 x 11.0 inches
Margins: 1 inch all around
Font: Arial or MS Sans Serif
Font Size: 12 point
The technical narrative should cover relevant details of AiTR/AiTD technology, algorithm, module or products and briefly describe how it may be relevant to the requirements contained in this RFI. The narrative may also broadly describe the technical expertise, product, and services that your company can provider that may be relevant to the requirements contained in this RFI. The technical narrative submitted shall NOT exceed 15 pages. Test data, drawings, model outputs, etc. can be provided as attachments and will not be counted in the 15 page limit.
Question and Answers
All Questions shall be directed to the Contracting Office to Contract Specialist, Eric Miller, [email protected], and Contracting Officer Sabin Joseph, [email protected]
Data Rights
It is desirable that data be received with unlimited rights to the Government. However, it is recognized that proprietary data may be included with the information provided. If so, it is the responsibility of the interested party submitting data to clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. No Classified data shall be provided via email.
Disclaimer
Any information submitted by respondents to this sources sought synopsis is voluntary. The Army does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited. Respondents should not construe this synopsis as a commitment for any purpose. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.).
The response date for this market research is 1500 EST 17 August 2018. No calls will be accepted. All responses to this RFI shall be submitted via e-mail to Sabin Joseph, Contracting Officer, at [email protected] and Eric Miller, Contract Specialist at [email protected].