Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
SOLICITATION NOTICE

A -- TRAJECTORY FLEXIBILITY PRESERVATION

Notice Date
2/24/2009
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA07BB26C-EMS
 
Response Due
3/10/2009
 
Archive Date
2/24/2010
 
Point of Contact
Elizabeth M. Sanchez, Contract Specialist, Phone 650-604-5053, Fax 650-604-0932, - Justin C. Pane, Contracting Officer, Phone 650-604-5621, Fax 650-604-0932, />
 
E-Mail Address
elizabeth.m.sanchez@nasa.gov, justin.c.pane@nasa.gov<br
 
Small Business Set-Aside
N/A
 
Description
NASA/ARC has a requirement to define and investigate metrics for aircrafttrajectory flexibility and to develop methodologies for assessing and minimizingtrajectory constraints.Tasks1. The contractor shall extend analysis (of the impact of trajectory flexibilitypreservation on traffic complexity) to multiple complexity metrics. The contractor shallcontinue the assessment of the relationship between trajectory flexibility and trafficcomplexity using multiple existing complexity metrics from the open literature and anyother available sources. The analysis should include quantitative validation of theflexibility metrics as a predictor of risk exposure (i.e. the probability of theinability to accommodate future disturbances).The analysis should include observationsregarding suitability of the existing complexity metrics for distributed trajectory-basedoperations and recommendations for the improvement or new development of complexitymetrics for better suitability.2.The contractor shall extend analysis to the altitude degree of freedom andtherefore the flexibility metrics and preservation techniques, to the altitude degree offreedom. Scenarios that include all of these degrees of freedom should be modeled andanalyzed, and any trade-offs between trajectory changes in altitude, heading, and speedin preserving flexibility should be identified and characterized.3.The contractor shall analyze flexibility preservation performance in the conflictresolution horizon. Analysis will be conducted of flexibility preservation when used inconjunction with conflict resolution. The analysis should assess how flexibilitypreservation in conflict resolution affects trajectory stability beyond the initialconflict. Recommendations or observations should be made on integrating flexibilitypreservation cost functions with conflict resolution cost functions.4.The contractor shall develop a trajectory constraint relaxation scheme. Thecontractor shall produce a methodology for relaxing or removing constraints to createtrajectory flexibility in overly or excessively constrained scenarios.The methodologyshould be applicable to supporting the flight crew in negotiating constraint relaxationwith the service provider to maximize probability of meeting the remaining constraintswhile minimizing impact to service-provider and user objectives. The contractor shouldinvestigate the methodology in scenarios involving traffic, weather, and required arrivaltimes.5.The contractor shall refine and update the metrics and estimation techniques asneeded to improve computational efficiency. The contractor shall investigate alternativesor improvements to the metrics and estimation techniques to make computationalperformance suitable for use in a real-time airborne trajectory planning system appliedin a dynamic trajectory environment. The investigation should assess the trade betweencomputational efficiency and risk assessment performance as a function of estimationmethod fidelity.6.The contractor shall develop and enhance software functions in NASAs distributedtrajectory planning system, the Autonomous Operations Planner (AOP) to provide trajectoryflexibility preservation functionality. The contractor shall develop and enhance softwarefunctions based on accomplishments in the tasks listed above. The contractor shouldproduce in AOP the capabilities for planning long-term trajectories that preserveflexibility, incorporating flexibility preservation in the cost function of conflictresolution, and identifying constraint relaxation recommendations to the flight crew toimprove flexibility. The contractor should also recommend a design for displaying to theflight crew the flexibility and constraint relaxation information. The softwarefunctions should be sufficiently documented to facilitate AOP software integration. Thecontractor should verify proper AOP-integrated functionality of the functions throughappropriate demonstration scenarios.Deliverables1.Status briefing at the Langley Research Center. Due on the last day of themonth, six months before final day of the contract. The actual briefing date will bedetermined in consultation with NASA. The briefing should summarize all majoraccomplishments and demonstrate current Matlab and AOP functionality.2.Updated software for integration with AOP. Due on the final day of thecontract. The contractor should produce test software and interface documentation onemonth prior to the due date to allow testing of AOP software integration.3.Final report that provides a thorough discussion and quantitative results of workaccomplished. Due on the final day of the contract. The contractor should produce adraft report 10 working days prior for review and comment. The final report formatshould be appropriate for submission for publication as a NASA Contractor Report. 4.Final briefings at the Langley and Ames Research Centers. Due on the final dayof the contract. The actual briefing dates will be determined in consultation with NASA. The briefings should summarize all major accomplishments. The Langley briefing shoulddemonstrate final Matlab and AOP functionality.NASA/ARC intends to purchase the services from L-3 Services, Billerica, MA, 01821. Acurrent contract exists with this vendor and this posting serves as an official statementthat NASA intends to extend the contract for one year. Competition for these servicesdoes not exist because the extension of this contract aims to further research modelswhich were developed as a result of the current contract.The Government does not intend to acquire a commercial item using FAR Part 12.See Note26.Interested organizations may submit their capabilities and qualifications to perform theeffort in writing to the identified point of contact not later than 4:30 p.m. local timeon 10 March 2009. Such capabilities/qualifications will be evaluated solely for thepurpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and opencompetition basis, based upon responses to this notice, is solely within the discretionof the government.Oral communications are not acceptable in response to this notice.All responsible sources may submit an offer which shall be considered by the agency.An Ombudsman has been appointed. See NASA Specific Note "B".Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d17a0524b51e443c67d80265abb3c041&tab=core&_cview=1)
 
Record
SN01755406-W 20090226/090224215641-d17a0524b51e443c67d80265abb3c041 (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.