Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2018 FBO #6167
SOLICITATION NOTICE

R -- CONNECTED VEHICLE PILOT (CV Pilot) EVALUATION PLATFORM SUPPORT - Deliverables table

Notice Date
10/10/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Transportation, Office of the Secretary (OST) Administration Secretariate, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093, United States
 
ZIP Code
02142-1093
 
Solicitation Number
6913G618Q300008
 
Archive Date
1/31/2019
 
Point of Contact
Karen M. Marino, Phone: 6174942437
 
E-Mail Address
karen.marino@dot.gov
(karen.marino@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Deliverables Schedule This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. 6913G619Q300008 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-100, effective August 22, 2018. The NAICS Code is 541690; the Small Business size standard is $15.0M. The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, intends to solicit and award a purchase order to Acrotron, Inc., Chelmsford, MA, under the authority of 10 U.S.C. 2304(c)(1) and FAR 6.302-1 "Only one responsible source and no other supplies or services will satisfy agency requirements." The Volpe Center is seeking support for the CV Pilot program, in accordance with the Statement of Work (SOW) below. This program is an FHWA sponsored program that determines the impact of connected vehicle technologies, via three real-world deployments of CV Technology. The Secure Data Commons (SDC) is the tool that will be used to ingest, house, evaluate, and make determinations of the impacts of these deployments. Now that the SDC Platform has been built and is operational, there is an immediate need for evaluator support within the platform to ingest additional CV Pilot datasets into the environment, to format and prepare the data for analysis, and to support the evaluation team in their analysis. To support this undertaking, the Volpe Center requires immediate access to supplemental contractor programmer staff in the update of the Secure Data Commons Platform. STATEMENT OF WORK - Begin BACKGROUND The Volpe National Transportation Systems Center (Volpe Center) has supported the ITS Joint Program Office (ITS JPO) in developing a secure, cloud-based analytics platform to store and analyze data from the Connected Vehicle (CV) Pilot program. The goal of the connected vehicle pilot program is to understand the impacts of connected vehicle technologies. Pilot deployments are being launched in three communities across the country; New York City, Tampa, FL, and Wyoming. The CV Pilot program has two evaluator teams who will be assessing the impacts of these deployments. Texas Transportation Institute will be assessing the mobility and national-level impacts, while a team at Volpe will be assessing the safety impacts. Volpe has also been tasked with developing the environment where the data for the entire program will be stored and analyzed. This platform (formerly called the Connected Vehicle Pilot Evaluation Platform) has been merged with a pre-existing ITS JPO system called the Secure Data Commons (SDC). The original CV Pilot Evaluation Platform development team from Volpe is now working in partnership with the SDC Development team to develop all aspects of the SDC that are specific to the CV Pilot program. The Volpe Center is seeking contractual support to continue the development of the SDC platform, expand the CV capabilities of the SDC, and to provide targeted evaluator support to the Volpe safety evaluation team. TASKS Analyst/Programmer Support The CV Pilot portion of the SDC platform needs continual development by a programmer well versed in the SDC system architecture, and the Volpe Safety evaluation team needs programming support from someone who understands how to develop within the SDC environment and has experience processing and analyzing CV data. To undertake these updates, the Volpe Center requires immediate access to supplemental contractor analyst/programmer staff in the CV Pilot evaluation platform development. Any associated travel will be included in the firm fixed price task. TASK 1: Connected Vehicle Pilot Support Task 1A: Ingest additional CV datasets into the SDC Ingest additional datasets from the CV Pilots (WYDOT, THEA, NYC) as they become available. For each dataset, there should be a clearly mapped out process of loading the data into the data lake and where appropriate, transforming the data and loading it into the data warehouse. The contractor will track the progress of the data, ensure that all data is consistent (for example there is no loss of data) as it goes through the various stages of transformation and storage. Experience with CV data and, at a minimum, the following cloud technologies are required: Hadoop, Hive, kinesis firehose, and lambda functions. The deliverables for this task shall be uploaded documentation from six (6) two-week sprints which include progress tracking on each data type from each provider (e.g. Jira items in the sprint and groomed backlog), documentation on Confluence or another documentation repository of the types of datasets ingested into the system and appropriate metadata for each dataset including data dictionaries, example queries of the new datasets that have been transformed and stored in the data warehouse, and sprint deliverables including at a minimum sprint close out documentation and retrospectives. This task shall require regular meetings, either in person or over the phone/webex with the Volpe Center, development team members, and the ITS JPO. Task 1B: Support the Volpe Safety Evaluation Team Develop new tools to format, restructure, process, and access the data. These tools could include data restructuring and normalization, custom software, installation of third party software tools (e.g. R and python modules), the development of advanced analysis techniques (e.g. data mining and Artificial Intelligence analysis) and the support of user needs as they are analyzing the CV Data. The deliverables for this task shall be uploaded documentation from one (1) two-week sprint that includes progress tracking on each data type from each provider (e.g. Jira items in the sprint and groomed backlog), documentation on Confluence or another documentation repository of the types of datasets ingested into the system and appropriate metadata for each dataset including data dictionaries, example queries of the new datasets that have been transformed and stored in the data warehouse, and sprint deliverables including at a minimum sprint close out documentation and retrospectives. This task shall require regular meetings, either in person or over the phone/webex with the Volpe Center evaluation team. See Attachment No. 1 for the DELIVERABLE SCHEDULE PLACE OF PERFORMANCE All work under this purchase order will be performed onsite at the Volpe Center. PERIOD OF PERFORMANCE The period of performance for this purchase order will be from date of award through May 31, 2019. ACCEPTANCE CRITERIA Each sprint will end with a demonstration of the functionality developed during that sprint. The technical project manager, Alexis Zubrow (alexis.zubrow@dot.gov) will attend the sprint demonstration and review the end of sprint documentation uploaded to confluence, and will provide email concurrence to the contractor. OTHER REQUIREMENTS • The contractor must pre-screen individuals designated for employment under any DOT purchase order by verifying minimal suitability requirements to ensure that only quality candidates are considered for employment under this purchase order, and to mitigate the burden on the Government of conducting background investigations on objectionable applicants. • The contractor employee must have a favorable adjudication of background investigation before DOT will issue an ID card to the contractor employee granting access to DOT facilities, sensitive information, information systems or other DOT resources. DOT may accept favorable adjudications of background investigations from other Federal agencies when applicants have held PIV cards issued by those agencies with no break in service. • The applicant must complete a DOT on-line application for a PIV card. For a non-PIV card, the applicant must complete and submit a hard copy of Form 1681 to the technical point of contact/Sponsor. Regardless of the type of card to be issued (PIV or non-PIV), the applicant must appear in-person to provide two forms of identity source documents in original form to DOT. The identity source documents must come from the list of acceptable documents included in Form 1-9, OMB No. 1115-0136, Employment Eligibility Verification. At least one document must be a valid State or Federal government-issued picture identification. For a PIV card, the applicant may be required to appear in-person a second time for enrollment and activation. STATEMENT OF WORK - End REQUIREMENTS The Government intends to award a firm fixed price purchase order as a result of this Combined Synopsis/Solicitation. The offeror's price quotation shall include a firm fixed price for each CLIN identified below, in accordance with the attached Statement of Work (SOW): CLIN 0100 - Connected Vehicle Pilot Support, QTY: 1 EA $_________________ CLIN 0200 - Support the Volpe Center Safety Evaluation Team, QTY: 1 EA $_________________ Total amount for CLINs 0100 and 0200: $____________________ INSTRUCTIONS TO OFFERORS: FAR 52.212-1, Instructions to Offerors-Commercial Items - The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Karen Marino, V-222, 55 Broadway, Cambridge, MA 02142. The signed offer must be submitted via e-mail to Karen.Marino@dot.gov. The time for receipt of offers is 5:00 PM Eastern Time on 10/18/2018. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. An Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically using the System for Award Management (SAM) accessible via http://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically in SAM, the Offeror shall complete only paragraphs (c) through (o) of this provision. The Offeror is reminded that if it completes its annual representations and certifications electronically in SAM it must update its representations and certifications as necessary, but at least annually, to ensure they are kept current, accurate, and complete. All Contractors must be registered in SAM in order to receive an award from a DOT Agency. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is hereby incorporated by reference Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.209-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-1 and 52.232-33. These references may be viewed at www.acquisition.gov/far. No telephone requests will be honored. The Government will not pay for any information received. The following FAR provision is incorporated by full text: FAR 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-02) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (APR 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) FAR 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (APR 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 7 43 of Division E, Title VI I, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause. (End of clause) FAR Clause 52.232-40 Providing Accelerated Payments to Small Business Subcontractors PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) (a) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. (b) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (c) Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7762ae2b0602bb96ec4e6936469348f7)
 
Record
SN05119376-W 20181012/181010230802-7762ae2b0602bb96ec4e6936469348f7 (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  © 1994-2020, Loren Data Corp.