Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2024 SAM #8284
SOURCES SOUGHT

99 -- Market Survey - AFI Target and Trajectory Tool

Notice Date
7/31/2024 10:17:21 AM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
693KA9 CONTRACTING FOR SERVICES WASHINGTON DC 20591 USA
 
ZIP Code
20591
 
Solicitation Number
Trajectory_01
 
Response Due
9/5/2024 1:00:00 PM
 
Archive Date
09/20/2024
 
Point of Contact
Warren Connley
 
E-Mail Address
Warren.E.Connley@faa.gov
(Warren.E.Connley@faa.gov)
 
Description
1.� Introduction/Purpose This announcement is a Market Survey / Request for Information for the purpose of soliciting statements of interest and capabilities from interested vendors.� The Investment Planning and Analysis (IP&A) Organization (AFI-1) provides a broad range of services that support major acquisition decisions. �IP&A consists of a multi-dimensional staff of approximately 50 operations research analysts, financial analysts and economists; these analysts are both Federal government employees and contractors. �Working with program offices, systems engineering organizations and operational units, viable business cases are developed for investments required to maintain the current infrastructure and to provide new solutions to enhance and expand FAA capabilities. �One of the core functions within these business cases is analyzing aircraft operations. �To accomplish this task, AFI-300 requires a tool suite of operational air traffic modeling and simulation tools. 2.� Description of the Required Services The Operations Research group requires a general-purpose trajectory and target simulator that provides a realistic analytical tool for evaluating the operational impacts of ATC/ATM systems.� The primary output generated by this tool should be flight trajectory tracks. The tool should allow the user to set model parameters that control the statistical distribution functions from which the population of track segments is drawn. These variables are segment speed, segment length, Gaussian transverse deviation, segment altitude, start and end location of the trajectory, number of segments in a trajectory and start time. This special application software tool should provide the capability to: Predict potential aircraft-to-aircraft conflicts based on any kind of flight trajectory and/or aircraft-to-airspace conflicts (i.e. Special Use Airspace). Model a �fast-time/real-time� situation display process that shows flight progress against a map containing user-controlled geographic information, including airspace structures. Adjust and optimize flight trajectories. Produce flight trajectory data for theoretical �what-if� scenarios Develop post-mortem analysis application that can be used to assess events that occur within a flight. Develop multiple measures that allow analysts to evaluate the actual trajectory-based flight tracks of user-specified city pairs. Post processing capability that adjusts the raw trajectories by eliminating incomplete and bad trajectories, redundant points, and spikes. The post processor should be able to calculate points to/from airport�s runway thresholds. Provide the ability to view overlaid trajectories from multiple days during a given time-of-day within the same screen view. Ability to easily gather aggregate flight trajectory data for multiple days and ingest such data into commercially available statistical analysis tools. Visibility into the underlying assumptions, formulas, and algorithms used within the model and simulations with the additional ability to make changes without having to rely exclusively on the software vendor. As requested, provide up to two training classes for up to 10 individuals each on the use of the model. It is anticipated that this would be a five-year contract.� One year base period with four one-year option periods. 3.� Incumbent Contractor ISA Software, LLC (small business) is the incumbent contractor located in Sykesville, MD.� 4.� Nature of Competition The acquisition strategy for the procurement has not been determined at this time; however, a set-aside or directed award may be chosen depending on the responses to the market survey.� 5.� Standard Language This public announcement is being issued in accordance with the Federal Aviation Administration (FAA) Acquisition Management System Section 3.2.1.2.1.� Interested parties are advised that: This is not a Screening Information Request (SIR) or Request for Proposals. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey; and Any costs associated with the market survey / RFI response submittals are solely at the interested party�s expense. 6. North American Industry Classification System (NAICS) Code The NAICS code for this procurement is 541511� Custom Computer Programming Services ($34.0M) 7.� Responses to the Market Survey / RFI Interested parties should submit the following items in response to this Market Survey / RFI: A 1-page letter of transmittal. A 2-page Capabilities Statement (using 12-point Times New Roman font, 11� x 8�� paper, and 1-inch page margins).� The Capabilities Statement should include the following information: Tools currently provided by your company relative to the scope described in Section 2 above. � Contracts under which your company has provided these types of tools in the past 5 years including the name of the contract, dollar value of the contract, client, and your company�s role on the contract (e.g. Prime or Subcontractor). The cited contracts should be similar to the requirements in terms of functional requirements. Number of years your company has been in business. Geographical areas where your company can provide the services listed in Section 2 of this announcement. �� Submitted materials will not be evaluated nor will the FAA provide feedback on any of the submitted materials. If any of the information submitted is considered to be proprietary, the submitter is responsible for marking it accordingly. Notwithstanding, the Government does not intend to release or distribute any of the information contained in the Market Survey / RFI responses. FAA acquisition-support contractors are expected to participate in the analysis of the responses. 8.� Market Survey / RFI Response Submission Instructions Market Survey / RFI responses must be submitted via email to Warren Connley (warren.e.connley@faa.gov) in *.doc, *.docx, or *.pdf format.� No other form of submission will be accepted.� Responses are due by 4:00 PM EDT on September 5, 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a96ff6e5d06a4abb9ed4b412a95a8976/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07151646-F 20240802/240731230131 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.