Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2006 FBO #1502
SOLICITATION NOTICE

C -- NPS Road Inventory Program Cycle 4 DATA Analysis and Report Generation Project

Notice Date
1/4/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division, 21400 Ridgetop Circle, Sterling, VA, 20166
 
ZIP Code
20166
 
Solicitation Number
DTFH71-06-R-00003
 
Response Due
2/28/2006
 
Archive Date
9/30/2006
 
Description
SYNOPSIS for DTFH71-06-R-00003 The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding a professional services contract to perform extensive data processing and analysis of pavement surface condition data for an estimated 5,400 paved route miles collected within 86 parks for the National Park Service (NPS), generate 86 NPS reports, and provide full functionality viewing software customized to allow viewing of synchronized digital video images along with processed data. On an established schedule, the Federal Highway Administration Road Inventory Program (RIP) will collect roadway data using an automated data collection vehicle equipped with digital cameras for recording downward, forward ahead, and right-of-way images. Under this project, the Contractor will perform detailed data analysis of downward pavement images to determine distress type, severity, and quantities; calculate distress indices, roughness condition indices, surface condition ratings, and pavement condition ratings; measure roadway width using forward-view images; identify, locate and categorize specific roadway and sign features using forward-view images; and populate park databases with processed data. In conjunction with the data processing and analysis, the Contractor will create electronic Cycle 4 RIP reports for each of the 86 parks. In addition, the Contractor will develop and provide software that will allow viewing of synchronized digital video images along with processed data. The software program must be able to accept queries to the database and display charts and grids. It is anticipated that work will commence in Spring 2006 and the Cycle 4 contract work will be performed over a three-year period, with its completion in Spring 2009. The value of this contract is estimated between $500,000.00 to $1,000,000.00. This Solicitation is being issued ?Subject to Availability of Funding.? This procurement is being made under the North America Industry Classification Code 541330. This procurement is open to all business concerns. Annual Representations and Certifications FAR 52.204-8 (Jan 2005). The Representations and Certifications must be filled-in online at http://orca.bpn.gov/. The required Annual Form Vets-100 must also be filled-in online at http://vets100.cudenver.edu/ per FAR 52.222-37. Please send all questions concerning this project to eflhd.contracts@fhwa.dot.gov. Include the solicitation number, project name and number, requesting firm and address, a point of contact and telephone number. Requests for 'faxing' or overnight mailing will not be accepted. IMPORTANT PAYMENT REQUIREMENT In accordance with Federal Acquisition Regulation (FAR) Subpart part 4.1102, prospective contractors shall be registered in Central Contractor Registration (CCR) database prior to award of a contract. Also FAR clause 52.232-33 requires CCR registration for payment. CCR registration is available on line at the following Internet web address: www.ccr.gov. IMPORTANT SUBCONTRACTING PLANS REQUIREMENT Required from all ?other than Small business? when requirement is expected to exceed $500,000 ($1,000,000 for construction) [FAR 19.702]. Contracting Officer, Contracting Officer Technical Representative, and Small Business Specialist are responsible for approving a reasonable and realistic plan. [FAR 19.705-4] [TAM 1219.201(e)(6)]. Legislated subcontracting goals: 19% Small Disadvantaged Business, 5% Small Women-owned Business Concern, 3% Small Disadvantaged Veteran-owned Small Business. Copy of each subcontracting plan (or contractor statement that no subcontracts are to be awarded) must be provided to Office of Small Disadvantaged Business Utilization prior to close of negotiations, (or notice to proceed with IFB) [TAM 1219.705-5 and -6]. Architect-Engineering (A/E) procedures will be used to select firms, which must be capable of providing the required design and engineering services either independently or in conjunction with subcontractors. To be eligible for contract award a firm must be registered in the Central Contractor Registration (CCR), register via the Internet site at http://www.ccr.gov Pre-selection and selection will be based on the following criteria: The Government will award to the lowest priced/technically acceptable responsible offeror. In order to enhance the efficiency of the procurement process, the Contracting Officer intends to evaluate only the three lowest-priced proposals for technical acceptability. Other proposals will not be evaluated for technical acceptability unless one or more of the three lowest-priced proposals is determined technically unacceptable. In that event, the Contracting Officer will evaluate the fourth lowest-priced proposal, and so on until the three lowest-priced, technically acceptable proposals have been evaluated. Award will be made to the lowest-priced, technically acceptable offeror. If three or fewer proposals are received in response to this solicitation, all will be evaluated for technical acceptability. Note: Competing technical proposals are evaluated against the solicitation requirements; they are not compared with each other. Each of the technical factors described below will be rated on a pass/fail basis. The sum of the weight values assigned to each passing factor/sub-factor/sub-factor component must total greater than or equal to 80 percent for an offeror's proposal to receive further consideration. Failure to receive a total passing score of 80 percent may result in rejection of an offeror's proposal notwithstanding passing scores for one or more technical factors/sub-factors/sub-factor components unless the offeror is determined to be in the competitive range for the purpose of conducting negotiations on the proposal. Technical acceptability will be determined by evaluating each responsive proposal and comparing the results of that evaluation against the technical requirements specified in this solicitation. Proposals that satisfy the technical requirements of the solicitation, in light of the evaluation criteria, will be determined technically acceptable. As part of its proposal, the offeror must demonstrate its ability to successfully perform the contract work described in the RFP by processing a sample data set and submitting a Technical Acceptability Evaluation Package to the FHWA for review, evaluation and determination of technical acceptability. From FHWA collected data in Rocky Mountain National Park (ROMO), a single route, ROMO Route 0011 estimated to be 5.26 miles in length with 4 associated parking areas, constitutes the sample data set to process and include in the Technical Acceptability Evaluation Package. The selection criteria will include the following factors. All references to tables and appendices in the factors will be found in the RFP. FACTOR 1: DATA PROCESSING The Government will test and evaluate each offeror?s ability to accurately and successfully process the ROMO Route 0011 sample data set to determine technical acceptability for data processing. In order to ?pass? the data processing requirement, the offeror must satisfy the criteria set forth in Table 1, Evaluation Factors by (1) performing detailed data analysis of downward pavement images to determine distress type, severity, and quantities, (2) calculating distress indices, roughness condition indices, surface condition ratings, and pavement condition ratings, (3) measuring roadway width using forward-view images, (4) identifying, locating and categorizing specific roadway and sign features using forward-view images, and (5) populating the ROMO Route 0011 database with processed data. The Government will test and evaluate the offeror?s processed ROMO Route 0011 data and will determine pass or fail for each sub-factor and sub-factor component. FACTOR 2: REPORT CREATION The Government will review and evaluate each offeror?s ability to accurately create a ROMO Route 0011 report that will be representative of a complete Park report created during Cycle 4 production. In order to ?pass? the report creation requirement, the offeror must demonstrate that it is capable of producing a report in resemblance with the DETO example, and satisfy the criteria set forth in Table 1, Evaluation Factors. The Government will evaluate the offeror?s ROMO Route 0011 report and determine pass or fail for this factor. FACTOR 3: VIEWING SOFTWARE WORK PLAN The Government will review and evaluate each offeror?s submission under this factor to confirm that all viewing software elements as described in Appendix J: Viewing Software Specifications of this solicitation are addressed. The offeror?s work plan must demonstrate that it is capable of developing and providing software that will allow viewing of synchronized digital video images along with processed data and will satisfy the criteria presented in Appendix J: Viewing Software Specifications and the criteria set forth in Table 1, Evaluation Factors. The Government will evaluate the offeror?s Viewing Software Work Plan and determine pass or fail for this factor. FACTOR 4: EXPERIENCE AND PAST PERFORMANCE The Government will review and evaluate information about each offeror's experience and past performance and will rate offerors based on their documented experience and past performance as it compares to the work described in this solicitation and the criteria set forth in Table 1, Evaluation Factors. Note that evidence of direct experience of the offeror, any joint venture partners or any offerors related by some form of ownership agreement, will be considered in the evaluation. The Government will evaluate all information pertaining to offeror experience submitted with the proposal, and will rate the offeror as pass or fail on this factor. In order to ?pass? the experience requirement, the offeror will provide evidence showing the offeror has performed technically the same or similar work (data processing and analysis for automated data collection, generation of reports, and development of full-functionality image viewer software) within the last five years. To satisfy this requirement, at a minimum, offerors shall submit a list of three (3) contracts awarded to the offeror for technically and geographically similar work of approximately the same dollar magnitude (or greater), and the name and address of the office or firm for which the work was performed. Although this solicitation is open to all firms, the following is provided for minority, women, and disadvantaged business enterprises only: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist minority, women-owned, and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, please call the OSDBU at (800) 532-1169. Interested firms having the capabilities for this work are invited to submit Part I of the SF 330 for the prime and/or joint venture firm, and Part II of the SF 330 for each member of the proposed team or subcontractors, by addressing a transmittal letter to the office shown. Joint Ventures must also submit a copy of the Joint Venture Agreement. The SF 330 should be completed per the instructions on the form and may be expanded, if necessary, to address the selection criteria fully. Submittals are due February 28, 2006 at 3:00 p.m. local time; send six (6) copies of the submittals and six (6) copies of the sample data set to: Federal Highway Administration Attn: Peggy Schaad 21400 Ridgetop Circle Sterling, VA 20166 Clearly label the envelope with reference to DTFH71-06-R-00003 in a prominent location. All firms will be notified of the results approximately 45 days after the closing
 
Place of Performance
Address: 86 parks for the National Park Service (NPS), various location.
 
Record
SN00960937-W 20060106/060104211915 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.