Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 10,2000 PSA#2597

NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

A -- AIRPORT TRAFFIC IDENTIFICATION SYSTEM/DYNAMIC RUNWAY OCCUPANCY MEASUREMENT SYSTEM AND INTERFACE TO ARINC DIGITAL DELIVERY OF TAXI CLEARANCE SYSTEM DUE 051900 POC Nancy M. Sessoms, Contract Specialist, Phone (757) 864-2471, Fax (757) 864-7709, Email n.m.sessoms@larc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=23#SS-317. E-MAIL: Nancy M. Sessoms, n.m.sessoms@larc.nasa.gov. NASA/LaRC is hereby soliciting information for potential sources to provide an Airport Traffic Identification System (ATIDS) and a Dynamic Runway Occupancy Measurement System (DROMS); and to couple these systems to the existing ARINC Digital Delivery of Taxi Clearance (DDTC) system deployed at the Detroit Metro Wayne County (DTW) and the Memphis International (MEM) Airports. The Contractor shall provide all resources to deliver the systems and services that meet the Technical Requirements below. Background -- In collaboration with the Federal Aviation Administration's (FAA) Runway Incursion Reduction Program Office, the FAA's SafeFlight-21 Program Office, and the Air Transport Association's Air Traffic Management Committee, Airport Surface Movement Advisory Working Group (ATA/ASMWG), NASA Langley Research Center intends to provide real-time airport surface traffic information (both position and vehicle identification) for use by the ATA/ASMWG Airport Surface Management System (ASMS) Operational Concept at both Detroit Metro Wayne County (DTW) and Memphis International (MEM) Airports. Additionally, NASA Langley intends to provide a Dynamic Runway Occupancy Measurement System (DROMS) at both DTW and MEM for real-time predictions of an approaching aircraft's runway occupancy time based on correlation with the runway occupancy time observed for the same type of aircraft, airline, time of day, weather conditions, runway conditions, and other factors. These systems will be integrated with the ATA/ASMWG ASMS at both DTW and MEM; and with the FAA's SafeFlight-21 Airport Surface Detection Equipment -- X (ASDE-X) system at MEM. Technical Requirements -- ATIDS: At DTW the Contractor shall provide all resources to deliver and install an aircraft position and identification system (ATIDS) which actively interrogates Mode-S, Mode A, or Mode C transponders to determine aircraft position accurate to 3 meters (RMS 1 sigma) once per second (90% of the time). This accuracy and update rate is required for both safe traffic separation under ground or ramp control as well as future on-board applications of guidance-to-the-gate and safe taxiway navigation under poor visibility conditions. The system is required to provide positive identification of any transponder-equipped vehicle on the airport surface and within approximately 15 miles of the airport. For Mode-S equipped aircraft, flight numbers are required; and for Mode A/C transponder equipped vehicles, the transponder code/tail number is required. The aircraft position and identification system is required to have expandable area coverage to provide highly accurate departure spacing data to maximize airport departure rates. Further, the system should have provisions to accept Automatic Dependent Surveillance -- Broadcast (ADS-B) inputs from aircraft equipped with this capability. At MEM, the positioning system will be provided by the FAA's SafeFlight-21 program as part of the ASDE-X system. Technical Requirements -- DROMS: For both DTW and MEM, the Contractor shall provide all resources to deliver and install a system to automatically capture Runway Occupancy Times (ROT) for all transponder-equipped aircraft (Modes A/C/S) using position and aircraft identification obtained from the system described in the preceding paragraph in conjunction with accurate runway and taxiway locations. The selected contractor shall provide all runway thresholds, boundaries, and taxiway locations for the DROMS. The DROMS will automatically determine ROT for each landing and departing airplane and develop a data base of these ROT's, specific to each airport, such that ROT inquiries can be made by such factors as: airplane type, runway in use, airline, flight number, time of day, date, wind speed, wind direction, visibility, runway conditions (wet, dry, slush, snow, etc.) and other relevant factors. The system will include a database inquiry system to facilitate generating reports of ROT performance, and have the capability to provide a prediction of the ROT for approaching aircraft based on past statistical performance of similar aircraft under similar conditions. Technical Requirements -- Interface to DDTC: For both DTW and MEM, NASA LaRC plans to provide aircraft position and identification to the ASMS Operational Concept designed by the ATA/ASMWG. At both DTW and MEM, the interface of the aircraft position and identification system with the ASMS Operational Concept is the ARINC, Inc. Digital Delivery of Taxi Clearance (DDTC) system. At DTW, the Contractor shall provide all resources to interface the output of the ATIDS to the ARINC DDTC in a manner acceptable to the ARINC DDTC system. For MEM, since the ATIDS function is provided by the FAA's ASDE-X system, the Contractor shall provide all resources to interface the output of the FAA's ADSE-X system to the ARINC, Inc. DDTC system. Since the purpose of this proposed activity is to provide real-time aircraft position and identification data in an operational concept, sources are being sought that can demonstrate a high degree of technicalmaturity and acceptance by the FAA and the aviation community. Indicators of the maturity level and FAA/aviation community acceptance include operational deployment of aircraft position and identification systems at major airports; environmental qualification of such systems; FAA/ Federal Communications Commission Radio Frequency spectrum approval for such systems; and evidence of knowledge of datalink services technologies. To ensure effective leveraging and relevance to both the FAA's SafeFlight-21 Program and the airline industry's operational evaluation of the ASMS, NASA LaRC is soliciting sources that can provide ATIDS/DROMS operational capabilities and the interface to the ARINC DDTC system as described above at both DTW and MEM within 6 months after receiving a contract for this work. Additionally, NASA LaRC is soliciting sources that can also provide 7 X 24 maintenance on their installed equipment during the operational evaluation period. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in the CBD and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these cites for the release of any solicitation or synopsis. Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, brochures, and references. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past three years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact -- address and phone number). Technical questions should be directed to: Plesent "Mike" Goode at 757-864-6685 or e-mail: p.w.goode@larc.nasa.gov. Procurement related questions should be directed to: Nancy M. Sessoms at 757-864-2471 or e-mail: n.m.sessoms@larc.nasa.gov. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in Internet "Note A". This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to NASA Langley Research Center, Attention: Industry Assistance Office, Mail Stop 144, Hampton, VA 23681, no later than May 19, 2000. In responding reference SS-317. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html Posted 05/08/00 (D-SN452527). (0129)

Loren Data Corp. http://www.ld.com (SYN# 0011 20000510\A-0011.SOL)


A - Research and Development Index Page