Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 22,2000 PSA#2627

NASA/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