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