SOURCES SOUGHT
B -- GLOBAL AERONAUTICAL NETWORK
- Notice Date
- 2/8/2005
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC05ZVI011L
- Response Due
- 3/10/2005
- Archive Date
- 2/8/2006
- Description
- This notice is issued by the NASA/GRC to post a draft Statement of Work via the internet, and solicit responses from interested parties. This document is for information and planning purposes and to allow industry the opportunity to verify reasonableness and feasibility of the requirement, as well as promote competition. Prospective offerors are invited to submit written comments or questions to: William Ivancic M/S 54-4, no later than March 10, 2005. When responding reference NNC05ZVI011L and Global Aeronautical Network Requirements. Draft Statement of Work for Global Aeronautics System Description: THIS IS NOT A NOTICE OF SOLICIATION. IT IS A REQUEST FOR INFORMATION (RFI) ONLY. Send information/literature/qualification statement no later than March 10, 2005 to the e-mail or postal address as provided herein. NASA does not intend to award a contract based on this information. This RFI is for planning purposes only and to allow industry the opportunity to provide input to the architecture and design of the future global airspace system. In October, 2003, NASA embarked on ACAST (Advanced CNS Architectures and System Technologies) to perform research and development on selected communications, navigation and surveillance (CNS) technologies to enhance the performance of the National Airspace System and to transformation of the National Airspace System towards Network Centric Operations (NCO). Network Centric Operations for aeronautical network is expected to begin within the next few years and evolve continuously as the technology and requirements evolve. The Networking Research Group of NASA?s ACAST project has formulated a list of requirements to ensure global interoperability and deployment. The Network Research Group is seeking comments from various industries, academia and world government agencies regarding these salient requirements. Comments are being sought from those directly involved in aeronautics, as well as telecommunication, communication, computer and information assurance providers as we believe those outside the traditional aeronautics community have expertise and insight that is directly applicable to network centric operations. Application of commercial off the shelf technologies and techniques will, hopefully, enable network centric operation to be economically and technically realizable over the Global Airspace System. Submittal Instructions: 1. Please send relevant literature and information to: E-mail address: wivancic@grc.nasa.gov NASA-Glenn Research Center Attn: William D. Ivancic M/S 54-4 21000 Brookpark Road Cleveland, OH 44135-3191 (216) 433-3494 2. Such information shall include electronic file in either Microsoft Word, PDF or Postscript (PDF is preferred) with your comments to the System Requirements and Design Concepts. As part of your information package, please include company Technical Point(s) of Contact including address, telephone number and e-mail address. 3. The information received from this RFI is expected to be used by NASA, the DoD and the FAA to develop aeronautical network architectures and associated technologies. Furthermore, we desire to make responses available to the global community via the World Wide Web. Therefore, unless otherwise stated, all responses to this RFI shall be made publicly available. Those wishing to keep their responses confidential should state so at the beginning of their response with such wording as ?Confidential or Limited distribution. Please do not disclose outside of the US Government.? 4. At its discretion, NASA may request further discussions and/or clarification of the information submitted. If agreeable to both parties, such discussions may take place via teleconferencing or on-site visit to NASA Glenn Research Center in Cleveland, Ohio at the responder?s expense. If they do occur, discussions will be constrained to a two hour time duration, and will consist of vendor presentations and subsequent discussions of the presented material only. Representatives from the United States Government Agencies and its contractors may be present for such discussions. THIS RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES AND DOES NOT CONSTITUTE A SOLICITATION. Contractors of NASA and the FAA that are assisting in the performance of the FAA/Eurocontrol Future Communications Study will have access to the information submitted for the purpose of conducting the technology pre-screening process. Responses to this RFI will not be returned. Responders are solely responsible for all expenses associated with any response to this RFI. THIS SYNOPSIS SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT, NOR WILL THE GOVERNMENT PAY FOR THE INFORMATION SOLICITATED. RESPONDERS WILL NOT BE NOTIFIED OF ANY REVIEWS RESULTING FROM THIS RFI. Global Airspace System Requirements: - Must be value added o Cannot add cost without a return on investment that meets or exceeds those costs. - Must operate over Global Airspace System, not just National Airspace System - Must be interoperable throughout the World (not just US friendly nations) - Must be capable of utilizing whatever links become available ? link independent o Must be able to perform critical Air Traffic Management (ATM) functions over low-bandwidth links - Must use same basic security mechanisms for Air Mobile and Ground Infrastructure (surface, terminal, en router, oceanic and space) o Critical ATM messages must be authenticated. o Must be capable of encryption when deemed necessary o Security mechanisms must be usable over entire Global network - Must not violate International Traffic in Arms Regulations - Must operate across networks owned and operated by various entities o Must be able to share network infrastructure - Must use same technology (i.e. core networking hardware and protocols) for aeronautics as will be used by other industries (e.g. automotive, medical, banking, etc?). - Must enable sharing of information with proper security, authentication, and authorization o Situational Awareness o Passenger Lists o Aircraft Maintenance - The same network must accommodate commercial, military and general aviation needs. Design Concepts: - Must be IPv6 based. - Must be capable of a prioritized mixing of traffic over a single RF link (e.g. ATM, maintenance, onboard security, weather and entertainment). - Must utilize IPsec-based security with Security Associations (SAs) bound to permanent host identities (e.g. certificates) and not ephemeral host locators (e.g. IP addresses). - Must be capable of accommodating mobile networks. - Must be capable of multicasting. - Must be scalable to tens of thousands of aircraft - Must be topologically flexible. - Must be extensible to meet future needs. This presolicitation synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results. An ombudsman has been appointed -- See NASA Specific Note "B". The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/GRC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 It is the offeror's responsibility to monitor the Internet cite for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments, if any.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#114192)
- Record
- SN00747831-W 20050210/050208212605 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |