Skip to content Login
NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

MULTI-CENTER TRAFFIC MANAGEMENT ADVISOR (MCTMA) SOFTWARE DEVELOPMENT AND FIELD TEST SUPPORT


Synopsis - Aug 31, 2004

General Information
Solicitation Number: NNA05079725R
Posted Date: Aug 31, 2004
FedBizOpps Posted Date: Aug 31, 2004
Original Response Date: Sep 15, 2004
Current Response Date: Sep 15, 2004
Classification Code: A -- Research and Development

Contracting Office Address
 
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000

Description
 
NASA/ARC has a requirement for Multi-Center Traffic Management Advisor (McTMA) Software Development and Field Test Support. This procurement is for the acquisition of continuing software development and field site support for the Multi-Center Traffic Management Advisor (McTMA) research under the NASA Exploratory Technologies for the National Airspace System (NExTNAS) initiative’s Efficient Flight Path Management (EFPM) project. The software development and field site support will focus on the completion of traffic management unit evaluations (begun under Advanced Air Transportation Technologies (AATT)) and the conduct of operational time-based metering evaluations of McTMA at the six FAA field site facilities: New York, Washington, Boston, and Cleveland Air Route Traffic Control Center (ARTCC), Philadelphia Terminal Radar Approach Control (TRACON), and the Air Traffic Control System Command Center.

The prior effort was first obtained under the NAS2-00014, Computer Sciences Corporation (CSC) contract under a contract task order (CTO-03). Contract Tasks were competed amongst the Air Traffic Management System Development and Integration (ATMSDI) contractors. The requirements were stated in performance-based Contract Task Orders (CTOs) in the areas concerning ATM automation technologies and related activities.

This effort is for the continued provision of the highly specialized services currently provided for under contract task order CTO-03. In this original contract, three phases of development were defined; because of schedule delays in the project, only the first two phases were completed by the end of FY04. The contract proposed here is to continue the effort and the work originally specified to be completed under CTO-03, Phase 3.

The supplies or services required are all focused on the air transportation domain, or project management, systems engineering, technical direction, software integration, software engineering including development, architecture and infrastructure, engineering and analysis, as well as field site support for field testing activities. The requirement is for a three-year period beginning October 1, 2004. It will be a two-year base period with a single, one-year option period.

As set forth above, award to any source other than CSC for this follow-on contract for the continued provision of the highly specialized services currently provided for under contract task order CTO-03 would result in (A) substantial duplication of cost to the Government that is not expected to be recovered through competition; and (B) unacceptable delays in fulfilling the agency’s requirements. Therefore, as set forth above, the Government will issue a sole source follow-on contract to CSC, under the authority of 10 U.S.C. 2304(d)(1)(B) and FAR 6.302-1(a)(2)(iii).

The Government does not intend to acquire a commercial item using FAR Part 12.

See Note “26”.

Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 3:30 p.m. local time on September 15, 2004. 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 are not acceptable in response to this notice.

An Ombudsman has been appointed. See NASA Specific Note "B"


Point of Contact
Name:Nellie M. Powell
Title:Contracting Officer
Phone:(650) 604-3003
Fax:(650) 604-2316
Email:Nellie.M.Powell@nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at:
NASA Insignia Owner: Ron Crider | Technical Support | Section 508 Compliant
Last revised: June 09, 2004 by DLE