SOLICITATION NOTICE
D -- Services to Key and compile all the Safety Databases and web mastering for the Safety Data internet
- Notice Date
- 2/6/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Transportation, Federal Railroad Administration (FRA), Office of Acquisition and Grants Services, 1120 Vermont Avenue, NW Mail Stop 50, Washington, DC, 20590
- ZIP Code
- 20590
- Solicitation Number
- DTFR53-03-R-00003
- Point of Contact
- Sharon Flowers, Contract Specialist, Phone 202/493-6419, Fax 202/493-6171, - Danny Price, Contract Specialist, Phone 202/493-6154, Fax 202-493-6171,
- E-Mail Address
-
sharon.flowers@fra.dot.gov, danny.price@fra.dot.gov
- Description
- The Department of Transportation, Federal Railroad Administration (FRA) has a requirement for services to support the Federal Railroad Administration, Office of Safety's Railroad Safety Information System (RSIS). The RSIS is the principle monitoring strategy used by the FRA for the management, processing and reporting on railroad reported accidents/incidents; railroad inspections; highway-rail grade crossing data; and related railroad safety activities. Information for the RSIS is collected by federal, state and railroad industry inspectors nationwide and is either routed through the FRA or sent directly to the FRA-contracted data processing vendor. The FRA has developed a library of user-friendly client based software to allow users to input data on the PC and transmit to FRA electronically. The contractor is responsible for the maintenance and development of this software. This raw information, referred to as source data, may include hard copy paper forms or reports, diskettes, computer-to-computer transfers, and magnetic tapes. The contractor, using Government furnished servers and contractor owned equipment, is responsible for performing data entry, complex validation, editing, compiling services, and providing, on a production schedule, data bases completely edited for accuracy and available for immediate retrieval without further error checking of any sort. Statistical data and reported findings are available for query and report generation by the FRA or similar use by the agency, state and local governments, railroad labor and industry, and private groups or citizens. The principle technique for presenting and retrieving information is the FRA Internet site; this site and the multi-level secure area present the statistics, and individual reports to the public and the FRA. The contractor will also be responsible for the maintenance of both sites, public and secure. The secure site has many of the features on the FRA Internet site, and access to the secure site content is determined by a user authentication table which the contractor maintains. This determines what applications the individual user will be able to see and what type of file maintenance operations the user will be able to perform on a number of web-based data collection programs FRA has deployed. The secure site area will allow access to programs and data dependent on individual user. The secure site also provides for restricted interactive data entry and validation. The contractor will also be responsible for the automated e-mail notification system that generates e-mails to users based on data file sweeps. The contractor is responsible for maintaining and physically hosting both sites, providing web site security, and providing enhancements. The current FRA contractor operates the project out of a dedicated facility in Alexandria, VA. The office space includes a climate-controlled server room which houses several government owned enterprise and mid-range servers which house the production and master (web) databases. The Office of Safety public site (http://safetydata.fra.dot.gov ) and the secure site are hosted on a dedicated T-1 line. The contractor also hosts a dedicated email server for the government owned domain which is used for all project related communication. The contractor is responsible for maintaining all equipment in the room including servers, routers, switches, power management systems and other devices. The contractor is also responsible for maintaining the firewalls and for ensuring that virus protection logs are up to date. The contract type has not been determined but it is anticipated to include a 15 month base period, three consecutive one-year option periods, and a fourth option period consisting of 9 months. The solicitation for this proposed contract will be available to interested parties via the internet at www.FEDBIZOPPS.gov. No paper copies of the solicitation will be available. Potential offerors shall be responsible for monitoring the internet site for release of the solicitation, amendments, and responses to any questions submitted in accordance with the solicitation provisions. This is a restricted competitive procurement. Offers are being solicited only from small businesses certified by the Small Business Administration (SBA) for participation in the SBA's 8(a) Program and has its servicing office in the Washington Metropolitan Area District Office. The following information is provided to assist perspective offerors. It is estimated that the solicitation will be issued on or about April 1, 2003. Perspective offerors are to submit questions they may have in writing only via e-mail to Sharon.flowers@fra.dot.gov or Danny.Price@fra.dot.gov. All correspondence should reference solicitation# DTFR53-03-R-00003. The government will not be responsible for any failed transmission or receipt of e-mail correspondence. On April 22, 2003, the FRA will host a Preproposal Conference in the Washington area. Time and place of the Preproposal Conference will be posted on FEDBIZOPPS. All perspective, eligible offerors are encouraged to attend this Preproposal Conference. Attendance is limited to four (4) persons from any given 8(a) firm eligible to participate in this procurement. The Conference will consist of two primary presentations: Technical and Contractual. Attendees will also be given an opportunity at the Conference to submit questions related to the technical and contractual presentations. The proposals will be due on or about May 15, 2003. All contractors determined to be in the competitive range will be invited to conduct oral presentations at the FRA on or about the week of June 23-27, 2003 time frame. An award will be made on or about July 31, 2003. All eligible, sources may submit a proposal which shall be considered by the agency.
- Place of Performance
- Address: METROPOLITAN WASHINGTON DC AREA
- Record
- SN00254561-W 20030208/030206213349 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |