SOLICITATION NOTICE
A -- Smart Park
- Notice Date
- 6/13/2005
- Notice Type
- Solicitation Notice
- NAICS
- 488490
— Other Support Activities for Road Transportation
- Contracting Office
- Department of Transportation, Federal Motor Carrier Safety Administration (FMCSA), Headquarters FMCSA, 400 7th Street SW MC-MBA, Washington, DC, 20590
- ZIP Code
- 20590
- Solicitation Number
- DTMC75-05-BAA-00001
- Response Due
- 8/26/2005
- Archive Date
- 9/10/2005
- Description
- TABLE OF CONTENTS Introduction 3 1.1 Purpose 3 1.2 Background 3 1.3 Offerors 3 1.4 Program Scope and Funding 4 1.5 Period of Performance 4 1.6 Independent Evaluation 4 1.7 Type of Award 4 1.8 Point of Contact for Technical Matters: 4 2 General Information 4 2.1 Eligibility 4 2.2 Ethical Considerations 5 2.3 Report Requirements 5 2.4 Required Meetings 5 2.5 Subcontracting 5 3 Preparation of Proposal 6 3.1 Volume I ? Technical and Management Approach and Business Case (61 pages) 6 3.1.1 Format 6 3.1.2 Section A ? Administrative (3 pages) 6 3.1.3 Section B ? Summary of Proposal (6 pages) 7 3.1.4 Section C ? Detailed Technical Summary (32 pages) 7 3.1.5 Section D ? Management Approach (12 pages) 8 3.2 Volume II ? Financial/Contractual (20 pages) 9 3.2.1 Format 9 3.2.2 Cover Sheet 9 3.2.3 Detailed Cost Breakdown 10 3.3 Submissions 10 4 Evaluation of Proposals 10 4.1 Evaluation Criteria 10 4.1.1 Technical Approach 11 4.1.2 Importance to FMCSA Programs 12 4.1.3 Affordability 12 4.1.4 Cost Realism 12 4.1.5 Management Team Approach 12 4.1.6 Business Case and Ease of Commercialization/Widespread Deployment 12 Introduction 1.1 Purpose The Federal Motor Carrier Safety Administration (FMCSA) is soliciting proposals under this Broad Agency Announcement (BAA) to (i) consider new and commercially-available technologies and (ii) demonstrate a business case of an information service using these technologies to convey real-time parking availability [Smart Park] to truck drivers 24 hours per day, seven days per week. 1.2 Overview One or more offerors may be selected to receive an award (see Section 1.7) to carry out the demonstration project. FMCSA reserves the right to negotiate the type of award. 1.2 Background FMCSA?s mission is to reduce crashes, injuries, and fatalities involving large trucks and motorcoaches. Its goal is to reduce commercial motor vehicle-related fatalities to 1.65 fatalities per 100 million commercial motor vehicle miles traveled by 2008. Driver fatigue is a known cause of fatal large truck crashes. Contributing to fatigue is the lack of safe, available truck parking. In 1998, Congress directed the National Transportation Safety Board (NTSB) to review causes of truck and bus crashes. In a 2002 report, NTSB recommended that FMCSA create a guide to inform truck drivers about locations and availability of parking. Congress further mandated a study on the adequacy of truck parking by the Federal Highway Administration. The 2002 study recommended the deployment of Intelligent Transportation Systems to provide commercial motor vehicle drivers with real-time information on the location and availability of parking spaces. Before preparing a proposal, prospective offerors should download and read ?Intelligent Transportation Systems and Truck Parking?, available at http://www.fmcsa.dot.gov/safetyprogs/research/researchpubs.htm. They should also read the entire BAA. 1.3 Offerors A successful offeror will most likely be a team of three entities: (i) a truck stop owner/operator (private or public sector), (ii) a government transportation agency (public sector) with jurisdiction over a highway and signage, and (iii) an organization with experience and expertise in parking management technology, including Intelligent Transportation Systems (ITS) (private or public sector). FMCSA encourages service-disabled veteran-owned small businesses, HUBZone small businesses, small disadvantaged businesses, and women-owned small businesses. It also encourages consultation with and/or partnership arrangements among small businesses, truck stop associations, nonprofit and not-for-profit organizations, educational and research institutions, and state and local government agencies. One partner must serve as lead investigator. Selected offeror(s) will be announced in fall 2005. 1.4 Program Scope and Funding FMCSA may choose to fund an entire proposal or only a portion of a proposal and will not pay for bid and proposal costs. Total funding for this BAA is not to exceed $2,000,000, subject to availability. These details do not impose any obligation on FMCSA or signify a firm intention to enter into a contract. FMCSA may incrementally fund any awards under this BAA. 1.5 Period of Performance The maximum period of performance is approximately 24 months. 1.6 Independent Evaluation The U.S. Department of Transportation will conduct an independent evaluation of the project and selected offeror(s) shall cooperate with the independent evaluators to ensure a mutually acceptable, successful evaluation. 1.7 Type of Award FMCSA is contemplating a cost-type contract award, but offerors may propose an alternate contract type. 1.8 Point of Contact for Technical Matters: Quon Y. Kwan Federal Motor Carrier Safety Administration (MC-RTT) e-mail: quon.kwan@fmcsa.dot.gov 2 General Information 2.1 Eligibility This BAA solicits proposals from all interested and qualified sources. 2.2 Ethical Considerations Certain post-employment restrictions on former federal officers and employees (including special Government employees) may apply. All facts related to potential or existing conflicts of interest [see Federal Acquisitions Regulation (FAR) section 9.5] must be disclosed. The disclosure shall include a description of the action taken or proposed to take to avoid or mitigate such conflict. 2.3 Intellectual Property Intellectual property consists of copyrights, patents, and certain types of databases, software, inventions, training manuals, systems design or other proprietary information in any form or medium. Intellectual property rights shall be assigned in accord with the FAR: FAR 52.227-14 (Rights in Data ? General) FAR 52.227-15 (Representation of Limited Rights Data and Restricted Computer Software) FAR 52.227-16 (Additional Data Requirements) The FAR may be publicly accessed at www.arnet.gov/far/loadmainre.html. 2.3 Report Requirements The number and types of reports and how they should be prepared and submitted will be specified in the award document. Reports must include, as a minimum, Monthly Technical Progress, Monthly Funds Status, and a Final Report. 2.4 Required Meetings Attendance of the key personnel from the selected offeror(s) will be required at: (i) One Initial Kick-Off Meeting planned to be in Washington, DC, 30 days after contract award. (ii) Review meetings, held by teleconference every three months. (iii) One Final Review/Demonstration meeting planned to be at the offeror?s or demonstration test site. 2.5 Subcontracting Section 8(d) of the Small Business Act [15 U.S.C. 637(d)] requires small businesses and small disadvantaged businesses to be considered fairly as subcontractors to prime contractors under Government contracts. Prime contractors and subcontractors must carry out this policy of fairness. An offeror who includes subcontractors (i.e., partners) must submit a subcontracting plan in accord with FAR 19.702(a) (1) and (2). The plan format is outlined in FAR 19.704. 3 Preparation of Proposal 3.1 Volume I ? Technical and Management Approach and Business Case All proposals will be treated as competitive information and the contents will not be disclosed except for evaluation purposes. No proposals will be returned. The original proposal or a copy of such will be retained and all other copies destroyed. Approximately 30 to 60 days after completing the evaluation, offerors will be notified in writing whether a proposal has been accepted. 3.1.1 Format Offerors should mark the specific information subject to limited disclosure, as opposed to marking the entire document for limited disclosure. Avoid markings like ?Company Confidential? or other phrases that may be confused with national security classifications. Use phrase, ?SOURCE SELECTION INFORMATION ? COMPETITION SENSITIVE ? GOVERNMENT ONLY?, to indicate proprietary information. Proposals must be on single-sided pages, written in English, with fonts no smaller than 12 point and with 1-inch margins (all four sides) on each page. A page must be no larger than 8.5" by 11.0". (Accordion-style foldouts count as multiple pages equivalent to the expanded size.) Paper copies of proposals should be stapled or put in loose-leaf binder, not bound. Five (5) sets of the proposal plus one (1) set in electronic format (IBM-PC formatted CD-ROM readable with Microsoft Office 2000 or Word 2002) shall be submitted to FMCSA for a total of six (6) sets. One original copy of the proposal must be signed by the offeror?s lead investigator. Each submittal shall reference DTMC-75-05-BAA-00001. Costs must be expressed in U.S. dollars. Volume 1 is limited to 61 pages except for appendices; additional maximum page limits are identified in parentheses below. Only the items specified in Section 3.1.5.1 may be in appendices. Government evaluators will stop reading pages in a proposal when the pages exceed the stated limit. 3.1.2 Section A ? Administrative Cover Sheet (1 page) to include: BAA Number Lead investigator and affiliation (i.e., lead organization) Offeror?s reference number (if any) List of partners Title Date Technical point of contact (POC) to show: salutation, last name, first name, street address, city, state, zip code, telephone, fax (if available), and e-mail Administrative POC (Same as Technical POC) Official cover letter with original signature (1 page). Table of Contents (1 page). 3.1.3 Section B ? Summary of Proposal (6 pages) Executive Summary (1 page): provide a title and an abstract from highlights of the five summaries below. The executive summary is to be on a separate page suitable for release under the Freedom of Information Act. Summary of Test Site Proposed for Demonstration (1 page): describe the test site(s) proposed for the technology demonstration: location, truck parking capacity, and other characteristics. Justify the choice of the site. Summary of Proposed Technology (1 page): describe the uniqueness and benefits of the proposed technology as compared to (i) state-of-the-art or (ii) alternate technologies. Include highlights from the ?Description of the Technology? in Section 3.1.4. Summary of Technical Approach (1 page): describe the technical approach, technical rationale, and major technical steps for demonstrating the technology. Also, describe the data to be collected and how it will be collected to measure technology performance. Summary of Cost, Deliverables, Schedule, and Milestones (1 page): tabulate cost, deliverables, schedule, and milestones for the project. Summary of Business Case (1 page): summarize the business case for sustainability of the technology beyond demonstration and the ease with which it can be commercialized and widely deployed. 3.1.4 Section C ? Detailed Technical Summary (32 pages) Description of the technology (7 pages) based on following: - Approach for collecting data on occupancy, converting data to parking availability information, and conveying that information in real-time to truckers on the road. - Each of the technology-related evaluation factors in Section 4.1.1, ?Technical Approach.? - Estimates of the capital costs (itemize equipment and installation costs) and annual maintenance/operations (itemize labor and spare/replacement parts) costs of the technology. Base estimates on these assumptions: (i) a group of three truck stops within a 50-mile circle, each with 50 truck parking spaces; (ii) a communications network that conveys real-time information on parking availability for the closest truck stop to a truck (if parking not available at the closest, then information on parking availability at the next-closest truck stop among the three); and (iii) the information can be conveyed reliably 50 miles ahead of the first or closest truck stop and one mile ahead of each truck stop. (Limit: one page for capital costs and one page for annual maintenance/operations.) Statement of Work (17 pages): present the scope of the project, breakdown into tasks, and show how tasks are split among partners. For each task, describe the objective, relationship to other tasks, and what product or service will be installed, assembled, or delivered. Separate, additional tasks must include the following: - Work Plan. Provide a schedule of milestones and deliverables for discussion at the kick-off meeting and update accordingly. - Concept of Operations paper. Characterize the technology (subsystems and components) as well as how it works in different scenarios. - Performance Requirements document. Compile the performance requirements (specifications) for the technology. - Test Plan. Show how to achieve two objectives: (1) determine whether the performance requirements in the above are met. (2) Describe the data to be collected and how it will be collected before and after technology installation. - Business case paper. Present the business case for sustainability of the technology beyond demonstration and the ease with which it can be commercialized and deployed widely. Show the benefits (public, private, and/or both), costs, and how it can be sustained in the market place by state and/or local government agencies, private truck stops, truck drivers or a combination of these public-private entities. Address potential sources of revenue for defraying costs of sustaining operations and maintenance (e.g., fees, taxes, and state appropriations) after end of the project. Description of Proposed Test Site(s) (3 pages): address each of the test-site related evaluation factors listed in Section 4.1.1, ?Technical Approach.? Previous Accomplishments (3 pages): describe the offeror?s (including partners) previous accomplishments in the area of parking management technology, Intelligent Transportation Systems related to parking, and communication of information to drivers. Facilities and Equipment (2 pages): describe the facilities and equipment to be used and their availability for this project. 3.1.5 Section D ? Management Approach (12 pages) 3.1.5.1 Management Plan (11 pages) Identify the (i) organizations that comprise the partners and (ii) key individuals within those organizations that make up the partnership. Name the lead investigator. Indicate any prior Government contracting or grant experience for the lead organization. Provide an organizational chart for the partnership and describe the following for each partner: (a) programmatic relationship, (b) unique capabilities, (c) task roles and responsibilities, and (d) partnering strategy. Provide a rough estimate of the hours and percentage of contribution to the effort (using the total hours of effort) for each key individual. Provide letters of commitment or copies of formal partnering agreements and a synopsis of all key personnel (expertise and experience to carry out the proposed project) as an Appendix. 3.1.5.2 Resource Share (1 page) Cost sharing is not required but is encouraged. 3.2 Volume II ? Financial/Contractual FMCSA will treat Volume II the same as described as in Section 3.1. 3.2.1 Format Volume II must follow the same instructions as in Section 3.1.1 except that Volume II has a limit of 20 pages. 3.2.2 Cover Sheet A cover sheet to include: a. Name and address of offeror b. Name, title, telephone number, and e-mail of offeror?s point of contact c. Place(s) and period(s) of performance d. Total proposed cost; and amount of cost share (if any) e. Contractor and Government Entity Code (CAGE) (if any) f. Dun and Bradstreet (DUN) Number g. North American Industrial Classification System (NAICS) Number [formerly, the Standard Industrial Classification (SIC) Number] h. Taxpayer Identification Number (TIN) i. All partner backup documentation to address a. through h. above. 3.2.3 Detailed Cost Breakdown The breakdown should include: Total program cost broken down by month and government fiscal year (GFY) and further broken down by major cost items (direct labor, subcontracts, materials, travel, other direct costs, overhead charges, etc.). (Note: GFY runs from October 1st to September 30th ) Costs of major program tasks and major cost items by year and month. Itemization of major subcontracts (labor, travel, materials and other direct costs) and equipment purchases. Source, nature, and amount of any cost sharing, if applicable. Where the effort consists of multiple phases that could reasonably be partitioned for purposes of funding, these should be identified with separate cost estimates for each phase. Supporting cost and pricing information must be in sufficient detail to substantiate the summary cost estimates above. 3.3 Submissions Volumes I and Volumes II must be delivered or hand-carried (no facsimile nor electronic submissions will be accepted) to FMCSA by 4:00 PM Washington, DC local time on September 16, 2005 to be considered. The address for submitting proposals is as follows: Ledora Akanni, Contracting Officer Federal Motor Carrier Safety Administration Office of Acquisitions Management (MC-MBA) 400 Virginia Ave., SW 3rd floor Washington, DC 20024 Attn: DTMC75-05-BAA-00001 4 Evaluation of Proposals 4.1 Evaluation Criteria Proposals will be evaluated against the following criteria: a. Technical Approach b. Importance to FMCSA Programs c. Affordability d. Cost Realism e. Management Team Approach f. Business Case and Ease of Commercialization/Widespread Deployment. The first four criteria (a. through d.) are in accord with FAR 35.016(e). 4.1.1 Technical Approach There are two groups of factors that will be considered: technology-related and test site-related. The following technology-related factors will be considered: Accuracy of the information on parking availability. Reliability of the technology 24 hours per day, 7 days per week, in all weather conditions. Extent of use of commercial off-the-shelf (COTS) equipment. If equipment is non-COTS, the criterion becomes a matter of how soon the equipment can be made COTS. Conformance with the National ITS Architecture (see www.its.dot.gov/aconform/aconform.htm), any relevant regional architecture, and any standards. Ease of retrofit into an existing truck parking area. Ability to receive parking availability information in real-time without adding equipment to a truck. Expansion capability so as to provide information on parking availability at nearby truck parking locations. Potential capability to track parking history and make parking reservations. Transferability of the technology to other locations. The following test-site related factors will be considered: Suitability of proposed test site(s): o Whether there is documentation of (i) complaints about inadequate parking, (ii) need for truck appointment or reservation system, (iii) trucks illegally parked, or (iv) trucks queuing up to enter site(s). o Whether the test sites(s) involve at least one private truck stop and at least one public truck stop. Suitability of the technology for the test site, taking into account conditions such as truck traffic, terrain, and weather. Suitability of the technology for conveying real-time parking information to trucks approaching within (i) 50 miles of, and (ii) one mile of the test site(s). Extent to which proposal identifies risks, consequences, and mitigation. 4.1.2 Importance to FMCSA Programs Understanding of the problems of parking availability and getting information on parking to truckers on the road and the relationship of the two problems to the FMCSA mission will be considered. 4.1.3 Affordability The proposed total program cost will be evaluated against funds available to determine affordability. 4.1.4 Cost Realism Estimates of the capital costs (including installation) and annual maintenance/ operations costs of the technology will be evaluated as to realism and reasonableness. Also, proposed total program cost will be evaluated as to realism and reasonableness. Cost realism and reasonableness are used to assess understanding of the effort as well as to evaluate the practicality of the technical and management approach. 4.1.5 Management Team Approach The offeror will be evaluated with respect to past performance on government grants or contracts, extent of commitment of partners to the project, and viability of the management approach. The range, depth, and mix of expertise of the offeror?s key personnel will be evaluated to ensure they are qualified to carry out the project. The availability of offeror?s key personnel, facilities, and equipment to this project is also a criterion. 4.1.6 Business Case and Ease of Commercialization/Widespread Deployment The business case will be evaluated to determine sustainability of the technology beyond the demonstration. In addition, there will be an evaluation of the ease with which the technology can be commercialized and deployed widely. BROAD AGENCY ANNOUNCEMENT: This FedBizOps notice, constitutes the BAA as contemplated by FAR 6.102(d)(2). A formal Request for Proposals for other types of solicitation regarding this announcement will not be issued.
- Place of Performance
- Address: Federal Motor Carrier Safety Administration, Technology Division, 400 Seventh Street, SW, Washington, DC 20590
- Zip Code: 20590
- Country: US
- Zip Code: 20590
- Record
- SN00828602-W 20050615/050613211654 (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 |