|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 22,2000 PSA#2627NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000 70 -- VISUAL MODELS OF COMMERCIAL AIRPORTS SOL RFO2-37144 POC Lela A.
Stawicki, Contract Specialist, Phone (650) 604-3005, Fax (650)
604-3020, Email lstawicki@mail.arc.nasa.gov -- Carlos D. Torrez,
Contracting Officer, Phone (650) 604-5797, Fax (650) 604-3020, Email
ctorrez@mail.arc.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=21#RFO2-3714
4. E-MAIL: Lela A. Stawicki, lstawicki@mail.arc.nasa.gov. NASA
FutureFlight Central (FFC), at NASA Ames Research Center, is a
full-scale, full-mission, R&D air traffic control (ATC) tower
simulation environment where safety, efficiency and environmental
compatibility can be researched and validated under various airport
conditions and configurations. As part of a simulation study, the
facility must provide a 3600 out-the-window field-of- view of
designated airport(s) and the airport's surrounding environment
displayed on a high-resolution 1280 x 1024 projection system.The
airport scene includes static model of the airfield, airport
facilities, surrounding terrain and moving models of the aircraft and
ground vehicles. FFC requires from one to ten 3D models (visual
databases) of international or U.S. airports, on a delivery order
basis, to support research in the facility. The level of complexity of
each airport database can be low, medium or high, as defined below.
FFC may also require modifications of zero to ten existing airport
models to update or add new features. Modifications are defined in
section 3 below. NASA will provide the contractor with source materials
consisting of digital terrain data, AutoCAD drawings of the airport,
obstruction chart, aerial photos, and reference photo materials. NASA
shall obtain ownership rights to airport databases purchased from the
contractor, including the right to use, modify, and transfer the
airport database to FFC customers. A. VISUAL DATABASE REQUIREMENTS (1)
The visual database shall be delivered in OpenFlight format. (2) A
highly detailed, photo-realistic, out-the-window view of the designated
airport shall be modeled in 3D using CAD files provided by NASA.(3) The
visual database will provide sufficient detail to recognize airport
buildings; surface area,including terminal areas, docking, taxiways,
runways centerlines, lead-in lines and relevant guidance signs; terrain
and major landmarks in dawn/dusk. If requested by NASA, contractor
shall model automobile traffic on distant roadways with moving lights
at dusk/night/dawn, and buildings with lighted windows at
dusk/night/dawn.(4) If requested by NASA, three levels of detail must
be provided for each 3D object in the scene.(5) The visual database
will be modeled to provide realistic views of the scene from specified
locations other than the air traffic control tower, such as ramp
towers, approaching, taxiing or departing aircraft cockpit.(6) The
visual database will provide ambient lighting that is dynamically
consistent with the visual daylight scene.(7) The visual database must
be free from gaps between polygons or coplanar polygons blinking.(8)
The visual database must incorporate photographic texture maps. Texture
maps must be applied and moved correctly in relation to the
polygons.(9) The airport database shall include realistic runway and
taxiway lights. Location and type of lights shall be based on airport
documentation and CAD drawing.All lights shall have ON/OFF switches
assigned to them. Floodlights in the terminal area shall "illuminate"
the surface duringthe nighttime. (10) Airport Database shall be
optimized to run smoothly (at 30 HZ minimum) on GFE Image Generator
(specs will be provided by NASA). All 3-D models shall have optimal
polygon count to maintain sufficient level of realism without
sacrificing performance. Total size of the texture files shall be kept
under 64 MB. B. VISUAL DATABASE-LEVEL OF COMPLEXITY (1)Low Complexity
A low complexity airport database will support a daytime scene for one
eye-point only, containing the following elements:(a) model of the
airfield based on AutoCAD files (photo-textured with aerial
photograph);(b) runways with center lines and necessary markings
(photo-textured);(c)taxiways with center lines photo-textured); (d) 3-D
models of significant airport structures (photo-textured) within 1 mile
radius from the Tower;(e)the terrain surface will be a flat
photo-textured plane, which extends to the usable visual range of the
tower. Beyond this will be a flat generic surface extending to the
horizon;(f) the horizon line will be represented by photo-textured
"billboard";(g)no lights will be modeled. (2)Medium Complexity A medium
complexity Airport Database will support day-and nighttime scene.The
database will be optimized for limited eye- point movement,and will
contain the following elements in addition to those defined for low
complexity: (a)Lighting systems for all necessary runways and
taxiways.(Because lights place significant load on the image
generator's ability to process the scene, they should only be modeled
where NASA specifies a requirement);(b) Night-time textures created
from photographs provided by NASA; (c)Texture switches from day to
dusk/night;(d) Flood lighting of ramp areas and illuminated
buildings;(e) 3-dimensional features enhanced throughout the airfield
to achieve a compelling visual image imitating the real world. (3)High
Complexity A high complexity airport database will support a day-,
dusk-, dawn-, and nighttime scene. The database will be optimized for
up to 3 preset eye points (e.g. multiple tower locations, ramp towers)
and moving eye-point within the airfield perimeter, and will contain
the following elements in addition to those defined for medium
complexity: (a) Terrain around the airfield will be enhanced to include
3-dimensional topography to the relevant horizon;(b)Significant
cultural features will be added to the terrain to mark obstructions and
form a realistic skyline. Portions of these features may be built as
billboards to conserve processing capacity;(c) Luminous photo-textures
will be added to create realistic night-time view of the skyline and
lighting around the airport7 "Moving luminous textures" will be added
to simulate highway traffic;(d)Final enhancements will be made to
features on the airfield to achieve maximum realism within system
limitations. (C) VISUAL DATABASE MODIFICATION REQUIREMENTS Visual
database modifications include changes to an existing 3D-airport
database supplied by NASA. Modification shall be based on requirements
specified by NASA at the time of the order. As required, the
contractor shall add additional structures or visual features to the
existing 3D database to reflect new buildings, taxiways, or other
visual effects. If required, the contractor shall improve photo-texture
quality, add 3D elements, or details to the scene to improve realism.
If required, the contractor shall provide additional levels of detail
for 3D objects.As required, the contractor shall optimize an existing
3D database for viewing in the FFC. Optimization may include reduction
in the number of polygon through removal of unnecessary, distant, or
invisible features. Delivery to Ames Research Center is required within
90 days after issuance of delivery order. Delivery shall be FOB
Destination. NASA/ARC plans to issue a Request for Offer (RFO)for a
multiple award IDIQ contract against which NASA may issue firm
fixed-price delivery orders.Award will be made to two or more offerors;
the resultant contracts will consist of a 2-year base period with a
one-year option period. The anticipated releasedate of the RFO is on or
about July 5, 2000 with an anticipated offer due date of on or about
July 20, 2000. All qualified responsible business sources may submit an
offer which shall be considered by the agency. The solicitation and any
documents related to this procurement will be available over the
Internet. These documents will be in Microsoft Office Suite (Word 6.0,
Excel 5.0, PowerPoint 4.0) format and 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/ARC Business Opportunities home
page is http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=21
Prospective offerors shall notify this office of their intent to submit
an offer. It is the offeror's responsibility to monitor the Internet
site 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). Any referenced notes can
be viewed at the following URL:
http://genesis.gsfc.nasa.gov/nasanote.html Numbered Note 12 is
applicable to this procurement. An ombudsman has been appointed -- See
NASA Specific Note "B". Posted 06/20/00 (D-SN466487). (0172) Loren Data Corp. http://www.ld.com (SYN# 0262 20000622\70-0006.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|