SOURCES SOUGHT
A -- Field Operartional Experiment and Data Analysis
- Notice Date
- 1/26/2012
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
- ZIP Code
- 02142-1093
- Solicitation Number
- DTRT57-12-SS-00001
- Point of Contact
- Carl Chin, Phone: 6174942072, Thomas A. Wilga, Phone: 6174942177
- E-Mail Address
-
carl.chin@dot.gov, thomas.wilga@dot.gov
(carl.chin@dot.gov, thomas.wilga@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- 1.0 Description. The U.S. Department of Transportation (U.S. DOT), Research and Innovative Technology Administration, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, is conducting a Sources Sought notice to locate potential offerors for a Field Operational Experiment (FOE) and data analysis to assess driver adaptation to crash warning and avoidance products. 2.0 Background Driver distraction is a key factor contributing to crash risk. Crash warning and avoidance systems are a potential solution to the driver distraction problem. Field operational tests of these technologies to date have only been short-term, not allowing for the assessment of driver adaptation and risk compensation. The Volpe Center is providing support to the National Highway Traffic Safety Administration (NHTSA) in preparation for a planned 2013 agency decision on the use of crash warning and avoidance systems based on vehicle-to-vehicle communications with real-world field data. This research meets NHTSA's mission to save lives, prevent injuries, and reduce health care and other economic costs associated with motor vehicle crashes. 3.0 Scope As part of its support to NHTSA, the Volpe Center requires data collection and analysis from a FOE, conducted by a Contractor, to assess driver adaptation to vehicle-based crash warning and avoidance products based on long-term exposure in a naturalistic driving environment. The primary objectives of the FOE are to assess the safety impact and determine driver acceptance of crash warning and avoidance systems. Participants in the FOE will drive instrumented vehicles equipped with crash warning and avoidance products in place of their personal cars or work vehicles, driving wherever, whenever, and however they choose. The driving is thereby largely unmanaged by the Contractor and derives, instead, from the personal mobility needs of the individual participants. The primary deliverables from the FOE will be a dataset that captures driver-vehicle performance and the driving environment, and an analysis of this dataset. Objective and subjective data will need to be collected and analyzed to meet the FOE objectives. Objective data are obtained based on observable evidence, undistorted by emotion or personal bias of the FOE participants. Objective data generally consist of numerical and video data that capture host vehicle states and maneuvers, surrounding traffic, system operation, and driver behavior. Data acquisition systems (DAS) will be installed to collect numerical and video data. Subjective data are collected to obtain driver background information before participation in the FOE, and to assess driver perception and opinion of the crash warning and avoidance product in terms of ease of use and learning, willingness to use, and safety impact after their participation in the FOE. 4.0 Submission Instructions. The U.S. DOT is seeking a capability statement from all interested parties who can perform the data collection and analysis from a FOE. All capability information submitted by respondents shall include: Summary that outlines personnel and teaming partners (if any) having technical capabilities, knowledge, and expertise to perform the FOE, deal with test subjects, install DAS equipment, handle very large multi-media datasets, and to conduct statistical analysis to achieve program objectives; Contract number; Customer (Government agency or private industry); Contracting Officer's Technical Representative (COTR) name, telephone and fax numbers; contract value and type of contract; period of performance; and description of product/services. Information provided should be detailed in the area(s) above so the Government can assess the ability of the company to provide the described services. All of the information sought should be conveyed in no more than five (5) pages. Page size is set at 8½ x 11 inches; text font must be no smaller than 12 point; and text should be doubled spaced. Each response must reference the Sources Sought title and number. Interested parties must respond to this announcement in writing within 15 calendar days of publication (no later than February 10, 2012, 3:00 PM, Eastern Time). Telephone requests will not be honored. All responses must be submitted via e-mail to the Contract Specialist, Carl Chin at Carl.Chin@dot.gov. Electronic attachments to the e-mail should be submitted in Microsoft Office 2007 (or later) productivity application formats, or any format that can be imported by Microsoft Office. 5.0 Information Availability. THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. This notice is for information and planning purposes only, and is a market research tool to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and possible issuance of a Request for Proposal, including the use of any non-profit organization or small business program. The notice does not constitute a solicitation for bids, quotations, and proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. The Government is not obligated to and will not pay for any information received from potential sources as a result of response to this Sources Sought notice. The Government will not pay for any materials provided in response to this synopsis and submittals will not be returned to the sender. Submissions must be disclosable to the public or the submitter should provide a summary statement that can be disclosed to the public with fuller supporting information that is clearly marked as restricted. The Government will use customary means to safeguard proprietary information, but only when such information is (1) clearly marked as proprietary; (2) is, in fact, information that could not have been obtained from another party or source; and (3) is otherwise deserving of such treatment under standards and processes described in the Freedom of Information Act (FOIA) and Executive Order 12600.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-12-SS-00001/listing.html)
- Record
- SN02662163-W 20120128/120126235030-510367b0443be60135f0b64009e48a87 (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 |