Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2009 FBO #2643
SOLICITATION NOTICE

99 -- Market Analysis Survey for the National Airspace System (NAS) Simulation Model Development

Notice Date
2/18/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), Headquarters, FEDERAL AVIATION ADMINISTRATION, AJA-473 HQ - FAA Headquarters (Washington, DC)
 
ZIP Code
00000
 
Solicitation Number
7525
 
Response Due
3/20/2009
 
Archive Date
4/4/2009
 
Point of Contact
Stephanie Cooke, 202-493-5274<br />
 
Small Business Set-Aside
N/A
 
Description
ANNOUNCEMENT In accordance with Section 3.2.1.2.1 of the Federal Aviation Administration Acquisition Management System (FAA AMS), the Federal Aviation Administration (FAA) is seeking highly specialized and skilled technical support to continue the development of the system-wide simulation model called the National Airspace System Performance Analysis Capability (NASPAC). The FAA is not liable for costs associated with a response to this informational announcement. This is not a solicitation announcement as no solicitation exists. This announcement is for information and planning purposes and is not to be construed as a commitment by the Government. It is the potential offeror's responsibility to monitor this site for the release of any future solicitation. PURPOSE The purpose of this market survey is to solicit statements of interest and capabilities from large businesses, small businesses, service-disabled veteran-owned small businesses and 8(a) certified firms, capable of providing service to the Air Traffic Organization's (ATO-P) National Airspace System (NAS) Modeling Group with the continued development of a system-wide model. These sources must have experience and skills in air traffic management and simulations. Sources are requested to submit detailed responses addressing each of the eleven areas of capability listed under the "Capabilities" paragraph below. The FAA will consider the information provided from this survey in developing our acquisition strategy and also in considering the contract vehicle type regarding whether it should be full and open competition, limited competition, set-aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program or sole source procurement. The principle North American Industry Classification Systems (NAICS) code for this effort is 541330 (aerospace exception) with a size standard of $27.0 million. BACKGROUND AND SCOPE OF WORK SUMMARY The FAA's NAS Modeling Group, a group within the Air Traffic Organization's NextGen and Operations Planning business unit, uses various models to analyze the overall performance of the NAS. These models are used to study the effects of proposed operational changes to the NAS on system-wide aircraft delay, throughput, and fuel consumption. Such studies are usually performed as part of the cost/benefit analysis (or investment analysis) process. These models may also be used to analyze the impact of adverse weather on NAS performance, or to study the effects of changes to user demand and/or fleet composition. Users of these models will typically simulate an entire day of air traffic through the nation's airports and airspace, with adverse weather represented in some fashion, and estimate such metrics as gate delay, taxi-out delay, airborne delay, fuel consumption, etc. The primary system-wide model currently in use by the FAA is NASPAC, a discrete-event queuing model which incorporates airspace sector and airport queues. NASPAC can be considered a medium-fidelity model; as such, it can execute quickly, but has limited Traffic Flow Management (TFM) capabilities and a simplified representation of airspace capacity. The FAA wishes to further develop the existing version of NASPAC and to ultimately replace the core simulation module. The FAA will continue to exercise the model for analytical support of the NextGen project while the model is being developed. The model must therefore be developed in an evolutionary fashion, with updated software modules continually integrated into the production simulation. The model should be developed using modern software languages and software development processes. The model must be able to run on a single microcomputer using the Linux operating system, although the architecture should support parallel processing for Monte Carlo functionality. One simulation of the entire NAS for one day, at current traffic levels, should execute in less than 15 minutes, with a goal of executing in 5 minutes or less. This computer model will typically be used to simulate a full day of operations of the entire U.S. NAS. The model must be capable of accommodating all Instrument Flight Rules (IFR) traffic, through both domestic and oceanic airspace, at current traffic levels. The model must also be capable of accommodating future traffic levels to three times the current level. Visual Flight Rules (VFR) traffic should also be accommodated at airports and in terminal areas, at a minimum. The model must include a representation of taxi-way, runway, terminal area, en route sector, and oceanic airspace constraints. SIZE AND INITIAL COST ESTIMATE The work that will be accomplished for system-wide modeling under this vehicle is still being evaluated by the Government. It is anticipated that an award vehicle may have a total value of $9.5 million. This number is an initial estimate and will be revised as Agency requirements are established. CAPABILITIES (RELATIVE TO THE SCOPE OF WORK- ATTACHED) The responder shall provide information on the eleven applicable capability areas listed below. They should discuss their knowledge of and prior work experience concerning these areas listed below: 1.Describe your experience developing user requirements and software design specifications for simulation software.2.Describe your experience developing simulation software in the Air Traffic Control (ATC)/ Air Traffic Management (ATM) domain. Highlight experience developing software using Java, Perl, and SIMSCRIPT II.5 (or other discrete event simulation languages). Describe your knowledge of object-oriented design techniques. Describe your experience with the Linux operating system, and with Linux scripting.3.Describe your experience developing visualization software for numerical and/or simulation computing applications.4.Describe your experience with software configuration control and software maintenance. Describe your knowledge of the Subversion (SVN) revision control system.5.Describe your experience with testing of scientific, simulation, or numerical software.6.Describe your experience producing technical and user documentation for simulation software. Describe any experience designing, using, and/or hosting a Wiki for collaborating on software documentation.7.Describe your experience providing user training and support for simulation software.8.Describe your knowledge of the concepts, techniques, and technologies of ATC/ATM.9.Describe your knowledge and experience regarding analytical methods and Operations Research in the ATC/ATM domain. Highlight experience using ATC/ATM simulation software.10.Describe your knowledge of the NextGen concept of operations and the NextGen Implementation Plan.11.Describe, if any, your recent and relevant experience in contracting with the Federal Government, preferably with the Federal Aviation Administration in the area of modeling, simulation, and operations research. SUBMISSION REQUIREMENTS Interested parties shall provide the following documentation: 1)Each responder should address the eleven applicable capability areas identified in the "CAPABILITIES" section in this market survey posting. Along with this response, responders must include a company Point of Contact with telephone number, address, and e-mail address. The submitted response addressing the above shall consist of no more than 11 pages in length entirely utilizing at least 12 point, Times Roman font, 1 inch margins, single sided, no foldouts, and on 8x11 inch paper. 2)A list of all teaming partners with a description of each partner's responsibility. No page limit. 3)Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Respondents must provide their strategy for accomplishing this work, including the percentage of work that will be done by eligible small, service-disabled veteran-owned and 8(a) certified businesses. 4)Completed Business Declaration form, which reflects your assertion of status as either a large or small business and your respective NAICS code. See attachment to this survey. SUBMISSION FORMAT For this market survey, each respondent should submit the following package via United States Postal Service or Federal Express: one CD containing an electronic copy of their response in Microsoft Word or in PDF, and two hard copies. Submittals should be addressed to the following: Federal Aviation Administration (FAA)800 Independence Ave, SWBldg 10A, Room 406Washington, D.C. 20591 ATTN: Stephanie Cooke, AJA-473(202) 493-5274 (phone) All submissions should follow the submission requirements described herein. Prior to final submission of the requested information, any questions concerning the requirements should be submitted in writing to Stephanie Cooke at stephanie.cooke@faa.gov. PROJECTED SCHEDULE OF EVENTS Questions due to Government by 3:00 PM (EST) on March 4, 2009. Interested parties' response due to Government by 3:00 PM (EST) on March 20, 2009. END OF ANNOUNCEMENT FOR MARKET ANALYSIS NAS MODELING (ATO-P)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=baaebf926d7fb470c8d5330211cf5073&tab=core&_cview=1)
 
Record
SN01752509-W 20090220/090218220231-5f66558d5570aa72a5b6e9d9c0fd603c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.