Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 12, 2020 SAM #6618
SOURCES SOUGHT

V -- Automated Vehicle Shuttle Demonstration

Notice Date
1/10/2020 11:58:00 AM
 
Notice Type
Sources Sought
 
NAICS
485999 — All Other Transit and Ground Passenger Transportation
 
Contracting Office
IMR NORTHERN ROCKIES(12200) YELWSTN NL PK WY 82190 USA
 
ZIP Code
82190
 
Solicitation Number
140P1420Q0019
 
Response Due
2/10/2020 8:59:59 PM
 
Archive Date
06/10/2020
 
Point of Contact
Lynam, Molly
 
E-Mail Address
Molly_Lynam@nps.gov
(Molly_Lynam@nps.gov)
 
Awardee
null
 
Description
See attached sources sought PDF for a clearly formatted version of the below information. THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A ""REQUEST FOR PROPOSAL (RFP)"" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. The National Park Service (NPS) seeks to determine the availability and capability of potential contractors for the project listed below. The Government anticipates a competitive method of procurement. The NPS does not intend to pay for any information provided under this notice. The information received as a result of this market research will be considered for the purpose of determining whether to conduct a competitive procurement under one of SBA's socioeconomic business programs. The NPS would like to gather information on the availability and capability of small businesses, certified 8(a) small businesses, certified HubZone small businesses, certified Service Disable Veteran-Owned small businesses, and/or woman-owned small businesses for the project below. Responses from large businesses will also be considered. The NAICS code for this procurement will be 485999 - All Other Transit and Ground Passenger Transportation. The size standard for this NAICS is $16.5M. Solicitation No.: 140P1420Q0019 Project Name: Automated Vehicle Shuttle Demonstration Location: TO BE DETERMINED. The National Park Service will select two or three National Park Service Sites within the Continental United States. Locations will be selected prior to the solicitation phase of this procurement. For a complete list of NPS sites, visit https://www.nps.gov/index.htm Estimated Period of Performance: 1 March 2021 to 31 October 2021 Project Description The National Park Service (NPS) is issuing this Sources Sought synopsis as a means of conducting market research to support two to three automated vehicle (AV) shuttle demonstrations at units throughout the continental United States. The duration of each demonstration is anticipated to be three to four months, but may vary per site requirements. Shuttles for these potential demonstrations should operate at Society of Automotive Engineers (SAE) Level 4 (go to https://www.sae.org/standards/content/j3016_201806/ for details) automation and be able to transport a minimum of six passengers at a time. The NPS is interested in better understanding how emerging AV shuttle technologies could present new mobility options for NPS visitors. NPS is also interested in better understanding the infrastructure required for, costs associated with, and the benefits of AV shuttle technologies for NPS use cases. More broadly, results of these demonstrations will be used to inform the following overall goals: - To enhance the visitor experience by facilitating new interpretive opportunities and improving mobility assistance - To demonstrate the use of AV shuttle technologies in novel operating environments, including rural/remote areas and/or recreational settings - To identify and overcome unforeseen regulatory, organizational, and legal barriers of this type and other emerging mobility technologies. CONTRACTOR REQUIREMENTS The principal contractor must be able to, by spring 2021, provide an SAE Level 4 vehicle (or vehicles) that complies with Americans with Disabilities Act (ADA) regulations, applicable Federal Motor Vehicle Safety Standards (FMVSS) (or have approval to operate under an exemption to the FMVSS), and applicable Buy America provisions for funds originating from the U.S. Department of Transportation (DOT) Federal Highway Administration or other federal sources. Instructions for Interested Parties, Capabilities: If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. Your email capability information MUST be 10 pages or less and be SPECIFIC to the scope provided for your company and any major proposed subcontractor. Include your firm's name, DUNS number, CAGE Code and identification/certification of business size and socioeconomic group in submissions responding to this notice. In addition to a general capabilities statement the response must include responses to as many of the following questions as possible: 1. General Specifications: What are the vehicle specifications of automated shuttles your organization could provide for a potential NPS deployment, including the passenger capacity, ADA accessibility, external and internal dimensions, maximum safe operating speed on route, required recharging/refueling time and equipment, operating time (hours) and operating distance (miles)? a. Are your current vehicles ADA compliant, or do you have a plan to ensure ADA compliance by 2021? (See the Federal Transit Administration's FAQs [https://www.transit.dot.gov/sites/fta.dot.gov/files/docs/research-innovation/134506/transit-bus-automation-faqs_0.pdf] on transit bus automation for more information on ADA compliance.) b. Do your vehicles comply with or are exempt from the FMVSS? c. Have your vehicles completed the NHTSA 12-point voluntary safety self-assessment? If so, has your company submitted a self-assessment to NHTSA? If not, do you intend to complete the self-assessment and submit it to NHTSA? d. Do your vehicles comply with applicable Buy America provisions for funds originating from the U.S. DOT Federal Highway Administration? 2. NPS Context: The National Park System includes hundreds of natural and historical sites in urban, suburban, rural, and remote locations. Do you anticipate any unique challenges related to the operational design domain at NPS sites? Is your organization capable of identifying and/or housing local staff (including on-board attendants/safety operators) for the duration of the deployment? a. Under what weather conditions are your vehicles capable of operation? Under what weather conditions are your vehicles not capable of operation? b. Are there other geographic or topographic conditions under which your vehicles cannot operate? Please describe. 3. Infrastructure: What, if any, infrastructure installations would be required to enable your vehicles to operate on NPS roads? As part of an RFP, would you require electric vehicle charging stations (or fueling locations, if your vehicles are not electric) and storage facilities to be identified by NPS once a deployment site is selected, or could you furnish temporary facilities? 4. Schedule Overview: The outcome of this Sources Sought may be multiple vehicle deployments in different locations in 2021 for three to four months each. Considering your current production capacity and other commitments, how many vehicles do you estimate you would be able to dedicate for NPS demonstrations for the following time frames: March to June, April to July, May to August, and June to September? How long would it take your firm to mobilize/de-mobilize? Are you willing and able to travel within the continental U.S. (including potential remote areas) for a site visit, likely to take place in spring or summer 2020? The NPS will not compensate for travel expenses. 5. Pricing: If available, please provide a standard, posted price list. In general, what does each price include/exclude (lease, operating, maintenance, etc.)? In general, are there any other additional costs the NPS should be aware of? 6. Operating Assumptions: The NPS may consider eliminating or minimizing existing traffic movements if these changes do not severally impact traffic operations. The expectation is that high-frequency service, with targeted headways of no more than 10 or 15 minutes, will be provided during all service hours. Assuming different feasible route lengths, include any assumptions on operating characteristics, such as hours of operation, layover requirements, fleet size, and headway that would make this type of service possible within your operating constraints. 7. Your Interest: Describe your organization's level of interest and role in providing an AV shuttle service in the National Park System. What role do you anticipate the NPS, gateway communities, and other partners to play (if applicable)? 8. Data Collection: The NPS encourages the collection of data to measure the performance of the system. Please explain how your organization would support data collection. 9. Insurance/Liability: What is your insurance/liability approach for use of your vehicles? 10. Other Items: Are there any additional benefits and challenges that you have determined through your research, testing, and deployments in other cities that were not noted in this Sources Sought? This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited; no basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided. Responses shall be submitted by email only to the following email address: molly_lynam@nps.gov Responses are due on Monday, February 10, 2020 by 1200 MT. Register to do business with the government: If you are not registered in SAM.gov to do business with the government, you are encouraged to start that process. You may reach out to your local Procurement Technical Assistance Center (PTAC) for free assistance or start at https://www.aptac-us.org/. Contractors must be registered in SAM prior to submitting an offer for a federal contract. You are encouraged to register under NAICS Code 485999 - All Other Transit and Ground Passenger Transportation. Questions: All questions must be submitted in writing to the contract specialist at molly_lynam@nps.gov. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0c937dc116aa47fe918b05690102e146/view)
 
Place of Performance
Address: Up to three NPS sites nationwide, USA
Country: USA
 
Record
SN05532213-F 20200112/200110230130 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.