SOLICITATION NOTICE
99 -- William J. Hughes Technical Center???s (WJHTC) Standardization of the Siting Process for Airport Air Traffic Control Towers (ATCT) based on Tampa International Airport (TPA) Study
- Notice Date
- 8/6/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, ACX-51 W.J. Hughes Tech Center (ACT)
- ZIP Code
- 00000
- Solicitation Number
- DTFACT-04-R-00024
- Response Due
- 8/12/2004
- Archive Date
- 9/11/2004
- Point of Contact
- Phyliss Schlegel, 609 485-4380
- E-Mail Address
-
Email your questions to phyliss.schlegel@faa.gov
(phyliss.schlegel@faa.gov)
- Description
- Description of Requirement: The Federal Aviation Administration???s (FAA) Tower Integration Group wishes to standardize a clear, precise siting process that utilizes emerging automation technologies???an Airport Air Traffic Control Towers (ATCT) process that can be easily used by any airport and meet FAA standards. The ATCT siting process will incorporate and further develop the Three-Dimensional Airspace Analysis Programs (3DAAP) as the integral data standard and analytical tool. The Hillsborough County Aviation Authority (HCAA) in cooperation with the State of Florida and the FAA William J. Hughes Technical Center, will champion a prototype project to identify and provide critical guidance to Florida Airports on the total process of planning, siting and coordinating new ATCT and navigational aid facilities. HCAA is currently in the process of siting a new ATCT at TPA, which will serve as the Project Site for this contract. If the prototype resulting from the TPA study proves successful, LTP data collection and operational capabilities will be greatly expanded. Requirements: The following tasks are required for this contract: ? Establish a Technical User Group, create a Project Web Site, Project Design Document and delineate Process Requirements. ? Identify and Collect Required Data using Three-Dimensional (3D) stereoscopic geo-coded imagery and Epi-polar corrected color stereo imagery of the project area; create JPEG/ECW imagery files; provide AeroGIS software license on a Shuttle PC, along with two pairs of stereo glasses and emitter; AutoCAD planimetric data as per 3DAAP standards. ? ATCT Alternatives Siting Analysis Process and Documentation to include updated 3D Airspace wireframes of TPA and of all buildings located at TPA; Updated NAVAID drawings of TPA; Modified CADD files for future TPA development; Typical criteria data and analysis required for the standard siting process; Upgraded 3DAAP Program; Specific TPA analysis results; Confirmation of TPA ATCT sites; & document general ATCT analysis requirements. ? Training ??? classes in AeroGis and instruction on the entire ATCT Siting Process, training DVDs and training data. Required standards and technologies: Technical standards that must be met include: The Florida Department of Transportation???s (FDOT) data collection standards, especially in the area of the 3DAAP programs and three-dimensional Airport Layout Plans (ALP). These digital data standards shall apply to this project. The State of Florida Department of Transportation (FDOT) has mandated the 3DAAP data standard for all airport construction projects in the state. The contract requires the use of AeroGis data collection tool; Computer Aided Design and Drafting (CADD) deliverables; and Digital photogrammetry; Federal Geographic Data Committee (FGDC) compliant metadata record. Planning Technology, Inc???s (PTI) of Clearwater, Florida has, for over fifteen years, identified, developed, applied and supported specific, unique and proprietary computer applications related to aviation. Software, which PTI has developed and maintains, that is needed for this work includes Three Dimensional Airspace Analysis Program (3DAAP) and the ATC 83A Terminal Procedures Obstruction Evaluation Program (TERPS). The FDOT has consistently recognized PTI as the sole source provider for modifications to the 3DAAP Program and for modification of the associated state mandated, data standards. PTI is the only source with the requisite, updated programs that possess the design capabilities and functionality required for this work A competitive solicitation is not available for this procurement. If your firm does not agree with this single source determination, please provide evidence of requisite capabilities, equipment and experience in providing similar research service for FAA to evaluate. All responses to this announcement must be in writing and directed to Phyliss Schlegel no later than close of business Wednesday, August 11, 2004. Responses may be sent to the attention of Ms. Schlegel by e-mail at: phyliss.schlegel@faa.gov.
- Web Link
-
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.htm)
- Record
- SN00638568-W 20040808/040806212012 (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 |