SOURCES SOUGHT
D -- National Intelligent Transportation Systems Architecture - RFI
- Notice Date
- 5/2/2011
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Transportation, Federal Highway Administration (FHWA), Office of Acquisition Management, HAAM, Mail Stop E65-101, 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590
- ZIP Code
- 20590
- Solicitation Number
- DTFH61-RFI-ITS-001
- Archive Date
- 5/31/2011
- Point of Contact
- joseph a fusari, Phone: 2023664244, Adams I JeanPierre, Phone: 202-366-2044
- E-Mail Address
-
joseph.fusari@dot.gov, adams.jeanpierre@dot.gov
(joseph.fusari@dot.gov, adams.jeanpierre@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- RFI-DTFH61-RFI-ITS-001 (National Intelligent Transportation Systems (ITS) Architecture) THIS IS A REQUEST FOR INFORMATION; BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. ________________________________________ This RFI is issued solely for informational, market research, and planning purposes only and does not commit the Government to any further contract actions, i.e., solicitation and/ or contract. Respondents are advised that the United States Government (FHWA) will not pay for any information or administrative cost incurred in responding to this RFI. Not responding to this RFI does not preclude participation in any future RFP that may be issued. Responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. The U.S. Department of Transportation (DOT) / Federal Highway Administration (FHWA) is conducting market research to determine if there are any small business concerns capable of performing the National Intelligent Transportation Systems (ITS) Architecture and Support requirement. 1 Scope The contractor will provide support to the U.S. DOT by ensuring that the National Intelligent Transportation Systems (ITS) Architecture is maintained and updated to reflect all changes, additions, modifications, and corrections required for sustaining the National ITS Architecture. The contractor will ensure the National ITS Architecture remains current and inclusive throughout the development of new research programs and will ensure appropriate elements are integrated into the National ITS Architecture. The contractor will ensure appropriate changes from the ITS Standards Program are integrated into the National ITS Architecture. In addition, the contractor will support the FHWA deployment support program by conducting workshops and training for local/regional/state implementers as they modify and update their respective regional ITS architectures, and will conduct outreach to stakeholders throughout the country. The contractor will support the Border Architecture program that is being successfully implemented on the United States-Canada border and may also be implemented on the United States-Mexico border, and the V2x cooperative systems architecture when completed, elements of which will be integrated into the National ITS Architecture. 2 Objectives Potential offerors being sought should be capable of performing the following: 1. Continuing to support and manage the evolution of the National ITS Architecture to include changes due to deployment experiences, changes in requirements, and changes due to results from public and private sector ITS research programs and initiatives that will be integrated into the national transportation system and the National ITS Architecture. 2. Assisting the U.S. DOT policymakers in defining policy consistent with the National ITS Architecture and in compliance with applicable surface transportation legislation (currently "SAFETEA-LU") and applicable regulations including but not limited to 23CFR part 940 ("The Architecture Rule"). Ensuring that the National ITS Architecture reflects any new federal policies that may be put into effect. 3. Maintaining and upgrading the Turbo Architecture software tool and ensure that it conforms to the latest version of the National ITS Architecture. 4. Supporting the mapping of ITS standards to the National ITS Architecture and appropriately supporting elements of the ITS Standards program to assure that this linkage remains consistent and robust. 5. Providing ITS deployment support in the transportation planning process at the state, region, and MPO and on occasion, local levels. 6. Providing technical support in the maintenance and use of regional ITS architectures, and training support in the architecture and systems engineering process to users at the state and local level. 7. Participating in outreach and training efforts to explain and promote the use of the National ITS Architecture to Federal Highway Administration (FHWA) Resource Centers and division offices; and assist efforts to facilitate the use of the Architecture among state and local planners, implementers, integrators, and manufacturers. 8. Continuing to provide technical support to ITS architecture activities along the United States-Canada border and, to the extent possible, future ITS architecture activities along the United States-Mexico border. This may be expanded to include other surface transportation and air entry points, including ports. 9. Supporting the ITS cooperative Systems Engineering Program currently working to define a detailed level ITS architecture for vehicle-to-vehicle (V2V) and vehicle-to-infrastructure (V2I) communications-centric ITS, collectively referred to as "V2x cooperative systems." 10. Integrating the detailed-level V2x cooperative systems architecture developed as part the ITS cooperative Systems Engineering Program into the National ITS Architecture Program; maintaining, upgrading, and enhancing the functionality of that ITS architecture in the same manner as the National ITS Architecture. 11. Participating in international ITS standards and ITS architecture harmonization activities as appropriate to the maintenance and evolution of the National ITS and V2x cooperative systems architectures. 3 Instructions for RFI Responses: Responses must be submitted electronically to the e-mail address below: U.S. Department of Transportation Federal Highway Administration, Office of Acquisition Management ATTN: Joseph Fusari EMAIL: Joseph.Fusari@dot.gov Subject Line: DTFH61-RFI-ITS-001 "Insert - Business Name" Respondents should submit their responses no later than May 16, 2011, 3:30 p.m. Eastern Standard Time. Format requirements are: (1) White paper/thesis format on 8.5"x11" size paper and prepared in Microsoft Word. (2) Single-sided and not more than 10 (ten) pages in length. (3) The total page count of 10 pages includes the cover letter, table of contents and acronym list. (4) The total page count also includes all other information provided, i.e., graphs, technical, etc. (5) Font size should be 12 point, 8-lines/inch, Times New Roman. (6) Fold out charts for tables or graphics are allowed with a limited size of 8.5"x11 and each foldout counts as a single page and also counts towards the total page limit. (7) Charts and graphics must be in Microsoft Excel, Microsoft Visio or PDF format. (8) Proprietary information submitted in response to this RFI will be protected from unauthorized disclosure as required by the Federal Acquisition Regulation (FAR). All proprietary markings should be clearly delineated. The respondent shall identify where data is restricted by proprietary or other rights and mark it accordingly. The services and/or any product solutions should include supporting data/rationale for the offered services, and any product solution(s) if applicable, adequately to determine capability. The cover page should contain: (1) Company name (2) Primary Point of Contact (3) Phone Number and Email Address (4) DUNS/Cage Code (5) NAICS Code (6) Business Size (7) Federal Supply Schedule (FSS) Contract Number and SIN, if applicable. Technical Ability: The respondents' technical ability should describe the services and/or any product solution(s) for the areas described in part 2 of this RFI. The responses should include an overall description of the proposed services and/or any product solution(s) and provide technical data and a demonstrated ability for those areas identified. The descriptions should include schedule information for delivery of services and/or product(s); and the technical rationale for providing these to the FHWA. Interested parties should also describe technical benefits of their proposed services and/or product solution(s) in terms of existing technologies or resources, improvements/enhancements, cost efficiencies of their specific approach, and any other support capabilities that provide service and/or product excellence or uniqueness, such as Performance-Based solutions. 3.1 RFI Response Contact Respondents to this RFI should designate a primary and one alternate point of contact within the company (Name, Address, Email, and Telephone). 3.2 Clarification of RFI Responses To fully comprehend the information contained within a response to this RFI, there may be a need to seek further clarification from respondents. This clarification may be requested in the form of brief verbal communication by telephone; written communication; electronic communication; or a request for a presentation of the response to a specific FHWA group or groups. FHWA reserves the right to seek additional information from respondents identified with unique solutions that are determined to be beneficial to FHWA.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/OAM/DTFH61-RFI-ITS-001 /listing.html)
- Record
- SN02438240-W 20110504/110502234721-3186ee2871bad7a3629723206f5767c3 (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 |