Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2006 FBO #1544
SOLICITATION NOTICE

R -- Violations Severity Assessment Study

Notice Date
2/15/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
55 Broadway; Cambridge, MA 02142
 
ZIP Code
02142
 
Solicitation Number
DTRT57-06-Q-80047
 
Response Due
2/28/2006
 
Archive Date
4/28/2006
 
Description
The United States Department of Transportation, Research and Innovative Technology Administration (RITA), Volpe National Transportation Systems Center (Volpe Center), in supporting the Federal Motor Carrier Safety Administration (FMCSA), intends to solicit on a non-competitive basis, in accordance with Federal Acquisition Regulation (FAR) 6.302 under the statutory authority of 41 U.S.C. 253(c)(1) - Only one responsible source and no other supplies or services will satisfy agency requirements, with Dr. Thomas M. Corsi, to develop a new severity-weighting scheme for violations related to crash risk. This weighting scheme can be applied to all measures that quantify a motor carrier?s or driver?s safety posture and may also be the basis for a more consistent and comprehensive safety fitness de termination process. The primary purpose of this study is to assess the safety risk of violations of the Federal Motor Carrier Safety Regulations (FMCSR) and hazardous materials regulations (HMRs) in terms of the likelihood to cause, contribute to, or worsen the outcome of a commercial motor vehicle crash, and then assign risk weights to those violations. The contractor will be required to perform background checks by reviewing the current classification systems for violations and other FMCSA violation weighting schemes currently in use, develop a conceptual approach for violations severity weighting, and assess data availability and quality. The contractor shall conduct quantitative analysis and develop Numeric Violation severity weightings and make recommendations on potential applica tions for a new violation severity scheme. A complete statement of work will be set forth in the Request for Quotation (RFQ). The applicable North American Industry Classification System (NAICS) code for this requirement is 541990 and the small business size standard is $6.0 million. This procurement will be conducted in accordance with FAR Part 13, Simplified Acquisition Procedures. Interested firms must submit a written capability statement to the above named point of contact providing clear and convincing evidence of the firms? capability to provide the required services. Written capability statements must be submitted within fifteen (15) calendar days from the date of publication of this synopsis. Responses received after fifteen (15) calendar days or without the required document ation will be considered non-responsive and will not be considered. Such documentation will be utilized solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. The Government will not pay for any documentation provided in response to this synopsis and documentation received will not be returned to the sender. A determination by the Government not to compete this requirement on a full and open competitive basis, based upon responses received to the synopsis, is solely within the discretion of the Government. Telephone calls made in place of the required documentation will not be accepted. The URL of the Volpe Center Acquisition Management Division home page is: http://www.volpe.dot.gov/procure/index.html
 
Web Link
Volpe Center Acquisition Division home page
(http://www.volpe.dot.gov/procure/index.html)
 
Record
SN00988642-W 20060217/060215211937 (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.