SOLICITATION NOTICE
A -- WINCOMM "MODEL SUPPORT", "ARCHITECTURE AND REQUIREMENTS" AND "MODELING AND SIMULATION"
- Notice Date
- 8/5/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- RFO3-205301
- Response Due
- 8/14/2002
- Point of Contact
- Gary A. Golinski, Contracting Officer, Phone (216) 433-2790, Fax (216) 433-2480, Email Gary.A.Golinski@grc.nasa.gov
- E-Mail Address
-
Email your questions to Gary A. Golinski
(Gary.A.Golinski@grc.nasa.gov)
- Description
- NASA/GRC plans to issue a Request for Quotation (RFQ) for: WINCOMM "Mode S Support", "Architecture and Requirements" and "Modeling and Simulation" for 2003 Task 03-1 Terminal Area Architecture Development: Description: Terminal area is currently not addressed in WINCOMM. To date WINCOMM emphasis and direction has been the distribution of weather for the en-route/strategic airspace. This study will define the requirements for providing weather information to both the terminal and surface areas. These requirements will be used to determine architectures and candidate systems in support of these architectures, leveraging current and proposed communication systems/networks as possible. A final scoring of these systems and architectures will be performed identifying the most viable terminal area system and architecture As part of this effort use of existing FAA 5 GHz Spectrum will be explored. (5.03-5.15 GHz) Sub-Task Elements: 1) Define Terminal Area Requirements 2) Identify and define potential architectures 3) Identify Potential Candidate Systems 4) Score Architectures 5) Produce a final Terminal Area Architecture Report Deliverables: Bi-Weekly Status Telecon with NASA GRC WINCOMM COTR and TR Report for each Sub-task Final Terminal Area Architecture Report Period of Performance: 4 Months Task 03-2 Modeling & Simulation of Non-Standard FIS Architecture: Description: The most viable non-standard architecture developed will need to be modeled and simulated to verify performance and characteristics for a typical implementation. This will require the development of a specification for the non-standard architecture utilizing the Final Non-Standard Architecture Document and defining the requirements. From this a model and simulation will be developed and used to assess the performance and characteristics of the architecture/system under evaluation. Sub-Task Elements: 1) Define Requirements 2) Develop Specification 3) Develop Models and Simulations 4) Develop Scenarios and Configurations 5) Debug and Test 6) Simulation Runs 7) Results and Analysis of Simulation Runs Deliverables: Bi-Weekly Status Telecon with NASA GRC WINCOMM COTR and TR Report for each Sub-Task Final Analysis Report of the Modeling and Simulation Results Period of Performance: 6 Months Task 03-3 Modeling & Simulation of Optimal Hybrid FIS Architecture: Description: The optimal hybrid architecture developed will need to be modeled and simulated to verify performance and characteristics for a typical implementation. This will require the development of a specification for the hybrid architecture utilizing the Final Optimal Hybrid Architecture Document and defining the requirements. From this a model and simulation will be developed and used to assess the performance and characteristics of the architecture/system under evaluation. Sub-Task Elements: 1) Define Requirements 2) Develop Specification 3) Develop Models and Simulations 4) Develop Scenarios and Configurations 5) Debug and Test 6) Simulation Runs 7) Results and Analysis of Simulation Runs Deliverables: Bi-Weekly Status Telecon with NASA GRC WINCOMM COTR and TR Report for each Sub-Task Final Analysis Report of the Modeling and Simulation Results Period of Performance: 5 Months Task 03-4 Terminal Area Modeling and Simulation: Description: The most viable Terminal Area architecture developed will need to be modeled and simulated to verify performance and characteristics for a typical implementation. This will require the development of a specification for the Terminal Area architecture utilizing the Final Terminal Area Architecture Report and defining the requirements. From this a model and simulation will be developed and used to assess the performance and characteristics of the architecture/system under evaluation. Sub-Task Elements: 1) Define Requirements 2) Develop Specification 3) Develop Models and Simulations 4) Develop Scenarios and Configurations 5) Debug and Test 6) Simulation Runs 7) Results and Analysis of Simulation Runs Deliverables: Bi-Weekly Status Telecon with NASA GRC WINCOMM COTR and TR Report for each Sub-Task Final Analysis Report of the Modeling and Simulation Results Period of Performance: 6 Months This procurement is being conducted under the Simplified Acquisition Procedures (SAP). NASA/GRC intends to purchase the items from Johns Hopkins University. The statutory authority for not competing the procurement is 10 U.S.C. 2304(c)(3) as implemented by FAR 6.302-1(a)(2)(ii). The Government intends to acquire a commercial item using FAR Part 12. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 4:30 p.m. local time on August 12, 2002. Such capabilities/qualifications will be evaluated solely for the purpose 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 open competition basis, based upon responses to this notice is solely within the discretion of the government. Oral communications 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 can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#102519)
- Record
- SN00132719-W 20020807/020805213753 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |