Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 31, 2014 FBO #4785
SOURCES SOUGHT

N -- Long-Term Pavement Performance Field Calibration and Validation of Weigh-in-Motion Sites - Sources Sought

Notice Date
12/29/2014
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering 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
DTFH6115RI00004
 
Archive Date
1/30/2015
 
Point of Contact
Daniel Confer, Phone: (202)366-0730
 
E-Mail Address
daniel.confer@dot.gov
(daniel.confer@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought SOURCES SOUGHT SOLICITATION NUMBER: DTFH6115RI00004 NOTICE TYPE: Sources Sought TITLE: Long-Term Pavement Performance Field Calibration and Validation of Weigh-in-Motion Sites PROGRAM BACKGROUND: The Federal Highway Administration's (FHWA) Office of Infrastructure Research and Development administers the nation's Long-Term Pavement Performance (LTPP) program in cooperation with the American Association of State Highway and Transportation Officials (AASHTO), the National Academy of Science, and the State highway agencies. Started in 1987 as part of the Strategic Highway Research Program and managed by FHWA since 1992, the LTPP program studies the performance of in-service pavements. The primary goal of the program is to understand how and why pavements perform as they do. To accomplish this goal, researchers collect pavement performance data using standard data collection procedures and protocols on a variety of pavement types. This information is stored in a database that can be used by pavement engineers and researchers worldwide to advance the science of pavement engineering. Given the strong national interest in analyzing the pavement performance data collected at select LTPP test sites, in 2003, FHWA in partnership with the State highway agencies implemented the LTPP Specific Pavement Study Traffic Data Collection Pooled-Fund Study, TPF-5(004) to improve the quality and increase the quantity of monitored traffic data (classification and weight) needed to support analysis projects. Although this pooled-fund study has ended, the LTPP program continues to use the weigh-in-motion (WIM) installation, calibration, validation, maintenance, and data quality control procedures developed as part of the study to collect traffic data for some LTPP test sites. These national WIM procedures developed specifically for the LTPP program require in-depth knowledge of bending plate, quartz, and load cell WIM systems used by highway agencies and considerable resources that are not readily available in-house at FHWA. Therefore, contractor support is being sought to perform these anticipated WIM activities. SYNOPSIS: With exception of the WIM equipment, the Contractor shall supply all of the facilities, materials, and personnel to perform the services necessary to field calibrate and validate the performance of the WIM systems at select LTPP test sites across the United States and Canada. Within this scope, the Contractor must verify that the WIM systems are operating at peak performance and document the reliability of the data being collected by the WIM systems. Where WIM systems are not meeting the LTPP accuracy requirements (see table below) for steering and tandem axles, gross vehicle weight, vehicle length (bumper-to-bumper), vehicle speed, and axle spacing, the Contractor must identify the problem(s) and recommend corrective action(s) with supporting rationale to resolve the problem(s) so that reliable data are collected from the site. LTPP WIM System Accuracy Requirements Pooled-Fund Site Factors 95 Percent Confidence Limit of Error Loaded Single Axles +20 percent Loaded Axle Groups +15 percent Gross Vehicle Weights +10 percent Vehicle Length greater of 1.5 ft or +3 percent Vehicle Speed +1 mph Axle Spacing Length + 0.5 ft [150 mm] REQUIRED CAPABILITIES: Demonstrated qualifications, capabilities, expertise, experience, and past performance in calibrating and validating bending plate, quartz, and load cell WIM technologies. Ability to provide all necessary labor, materials, services, equipment, and facilities to support the anticipated scope of activities described in this Sources Sought document. This requirement is a follow-on procurement. The contract type and contract vehicle is to be determined. ELIGIBILITY: The North American Industry Classification System (NAICS) Code is 541330 with a Small Business Size of $15.0 million. SUBMISSION DETAILS (CAPABILITIES STATEMENT): Interested businesses shall submit responses electronically to the Contracting Officer, Daniel Confer, in Microsoft Word 2010 or Adobe Portable Document Format (PDF) at daniel.confer@dot.gov no later than 3:00 pm Eastern Standard Time on January 23, 2015. The email Subject Line must include "Field Calibration and Validation of LTPP WIM Sites." No phone or email solicitations with regard to the status of the Request for Proposal (RFP) will be accepted prior to its release. Specific details will be provided in a solicitation which will be posted at https://www.fbo.gov/. Be advised that periodic access to the website is essential for obtaining updated documentation and the latest information regarding this procurement. All data received in response to this sources sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted as well as marketing materials, slide presentations, or technical papers. Interested businesses should submit a brief capabilities statement package (no more than ten (10) one-sided, 8.5x11inch pages in length with font no smaller than 10 point) demonstrating the ability to perform the services listed in this notice. Vendor responses shall include the following administrative information: 1. Company Name, Company Address, and Point(s) of Contact including name, telephone Number(s), fax number(s), and email address(es). 2. Respondents to this notice also must indicate whether they are a large business or qualify as a Small Business (SB), Small Disadvantaged Business (SDB) certified under the SBA 8 (a) Program, Women-Owned Small Business (WOSB), HUBZone Small Business (HUBZone), or Service-Disabled Veteran Owned Small Business (SDVOSB) Concern. 3. Company profile to include number of employees, annual revenue history (average over the last three completed fiscal years), office location(s), DUNS number, and a statement regarding current small/large business status. 4. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, federal customers, indication of whether as a prime or subcontractor, contract amount, Government point of contact with current telephone number, and a brief description of how the referenced requirement relates to the services herein. 5. Resources available such as corporate management and key personnel to be assigned to tasks under this effort to include professional qualifications, and specific experience of such personnel. 6. Statement regarding capability to obtain the Department of Transportation (DOT) security clearances for personnel. 7. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost performance. 8. Company's ability to begin performance upon contract award. All responses must be sufficient to permit agency analysis to determine bona fide capability to meet requirements. Primary Point of Contact: Daniel Confer, Contracting Officer Email: daniel.confer@dot.gov Phone: 202-366-0730 Contracting Office Address: Department of Transportation (DOT) / Federal Highway Administration (FHWA) Office of Acquisition & Grants Management 1200 New Jersey Avenue, SE Room: E65-101 Mail Code: HCFA-22 Washington, DC 20590 DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. 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. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/OAM/DTFH6115RI00004/listing.html)
 
Record
SN03605377-W 20141231/141229233935-5bd48ad34e8a32b69cca42522903e993 (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 |
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.