Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 7,1996 PSA#1589

DOT, FED HWY ADMN, Office of Acquisition Management, 400 7TH ST, SW, Room 4410, Washington, DC 20590

A -- OFFICE OF MOTOR CARRIER FISCAL YEAR 96 BROAD AGENCY ANNOUNCEMENT SOL DTFH61-96-R-00072 POC Derek Karis, Contracting Officer, HCP-30C, (202) 366-5750. A. BACKGROUND AND OBJECTIVES. This BAA identifies the Federal Highway Administration's (FHWA) intent to provide funding in FY 1996 for a number of commercial motor vehicle driver human factor and technology-related research projects. The purpose of this BAA is to provide proposers with the opportunity to submit proposals for one or more of the following studies in the various areas of interest to the FHWA's Office of Motor Carriers. No RFP will be issued. Potential offerors should monitor the CBD for potential changes. PROPOSAL REQUIREMENTS. In a document not to exceed 12 PAGES, proposers shall identify, for each study in which they are interested: 1. The technical approach, including any suggested technologies, 2. Proposed statistical analysis methodologies, 3. Staffing and facilities, and 4. Estimated costs necessary to perform the work. Written proposals may be incorporated into the Statement of Work of any resulting contract. Based on the written submissions, the FHWA will ask some respondents to submit more detailed information about their proposals through an oral presentation as part of the subsequent process of negotiation and submission of best-and-final offers. During negotiation, selected respondents will be asked to elaborate on their written proposals during discussions with FHWA staff. The FHWA requires that oral presentations be performed by proposed key personnel. NOTHING IN THIS ANNOUNCEMENT SHOULD BE CONSTRUED AS A COMMITMENT BY FHWA TO AWARD ANY OF THE STUDIES IDENTIFIED BELOW. Submissions which include proposals for cost-sharing and teaming arrangements are encouraged. The following is a list of Office of Motor Carriers research studies that have been identified for potential award in FY 1996, following each is the estimated maximum cost of the project: 1. Impact of Sleeper Berth Usage on Driver Fatigue. The study will assess the impact of sleeper berth usage on the level of operator alertness. It will require an analysis of the quality of rest achieved by commercial drivers operating motor vehicles, both while the vehicle is at rest and in motion. Because sleeper berth users tend also to operate on irregular schedules, the FHWA also seeks an evaluation of the effects of irregular schedules and sleeper berth usage. Both single and team drivers using sleeper berths in their operation shall be evaluated. The proposal shall identify appropriate performance and psycho-physiological measurement technologies and describe how they will be employed. A final report will be produced for industry, safety groups, and general public on the influence of sleeper berth usage on commercial operator fatigue. ($1,000,000) 2. Impact of Local/Short Haul Operations on Driver Fatigue. A significant number of commercial motor vehicle operators spend a sizeable portion of their workday in non-driving, delivery and/or loading and unloading tasks. These non-driving activities may have a significant influence on their ability to remain alert and avoid the detrimental consequences of fatigue and inattention, and may sharply differ from the fatigue/inattention experience of drivers engaged in over-the-road operations. This study seeks to evaluate the impact of fatigue and driver inattention on drivers in these specialized operations, and to assess the role of fatigue/inattention in relation to other driver errors and the overall driving safety picture. It is prompted by a need to better understand this segment of the commercial driving population's fatigue/inattention problem, and by Congressional recommendations contained in the Conference Report to the FY 1996 Departmental Appropriations Act. The proposal shall identify appropriate performance and psycho-physiological measurement technologies and describe how they will be employed in the assessment of the impact of fatigue/inattention. ($800,000) 3.''Share the Road'' Campaign Research. This project seeks to conduct a 24-month research project to improve the current public outreach campaign, which is intended to educate the motoring public about truck safety dynamics, and to coordinate similar non-federal activities and identify gaps in this outreach area. The primary goal is to produce a report that will facilitate the implementation and coordination of activities that will fill identified gaps in the national ''Share the Road'' effort. The Contractor will undertake an analysis to: (1) identify, inventory, and review the Federal ''No-Zone Campaign'' program goals, elements, scope of current efforts, target audiences, media exposure, and to measure acceptance; (2) identify, inventory, and review non-Federal ''Share the Road'' activities similar to the Federal program; and (3) identify gaps, provide recommendations for coordinating efforts, determine need/viability of an umbrella program; provide solutions to improve Federal program; and provide recommendations for improving and expanding ''Share the Road'' partnerships. ($350,000) 4. Determination of Stresses in Cargo Tanks. This research seeks to develop analytical methods for determining stresses in certain cargo tank geometries, specifically those stresses caused by: (1) internal and external pressure in elliptical and non-circular tanks; and (2) stresses in longtitudinal rail type overturn protection devices due to the loads prescribed by the Federal Motor Carrier Safety Regulations (FMCSRs). As part of determining the stresses in the rail type overturn protection devices, the contractor shall document the amount of structural support provided to these rails by the components of the cargo tank (e.g., baffles, bulkheads, and unsupported shell). The resulting analysis methods will be included in the Federal Highway Administration's (FHWA) ''Guidelines for Structural Evaluation of Cargo Tanks'' which is being used by the FHWA to verify the structural adequacy of cargo tank designs. The results of the project must include sufficient documentation to allow the FHWA to defend the analysis methods during legal actions. The contractor shall include in the design for this project the provision for periodic peer reviews during the course of the research. ($120,000) 5. Computer Method for Cargo Tank Analysis. The focus of this research will be on developing an independent computerized, preferably Finite Element Analysis (FEA), method for the FHWA's Office of Motor Carriers (OMC) to use in evaluating the adequacy of cargo tank designs. The contractor's proposed analysis method(s) must be based upon the FHWA's ''Guidelines for Structural Evaluation of Cargo Tanks'' and be usable by FHWA structural engineers. The contractor shall include in the results of the project sufficient documentation to allow the FHWA to defend the analysis methods during legal action. A second task will be for the contractor to assess the OMC's current ability to properly evaluate FEA or other computerized analysis methods presented during the review of cargo tank manufacturers. Based on this assessment, the contractor shall develop and recommend to the FHWA an effective, standardized methodology for OMC field personnel to use in evaluating these analysis methods. The contractor shall include in the design for this project the provision for periodic peer reviews during the course of the research. ($270,000) 6. Development of Management Program to Ensure Greater Uniformity, Accountability and Quality Control within the Federal Enforcement Process. The FHWA seeks to develop a management program to provide OMC staff with the tools to establish and maintain uniformity and accountability within its enforcement program. As envisioned, the contractor shall evaluate current compliance review and operations out-of-service orders to identify areas needing clarification. The contractor shall develop operational models for conducting compliance reviews (CR's) and managing the program by considering, among other sources: recommended FHWA guidelines; identified ''best practices''; operational procedures in 3 OMC Division offices; and existing management practices of Federal Program Specialists, State Directors, Federal Program Managers, and Regional Directors. These shall be evaluated to identify strengths and weaknesses, and to identify and eliminate inconsistencies in program implementation. Based on these reviews, the contractor shall develop and test a package of remedial actions to improve the uniformity, accountability, and quality control of both the conduct and management of enforcement actions. In developing the package, the contractor shall consider: the need for a certification program for investigators, including classroom and on-the-job training; improvements to management reports; use of peer reviews; accountability requirements; and other improvements to both headquarters and field management of the enforcement program. Interim and final reports shall be required of various contractor activities. ($225,000) C. CONTRACT PERIOD. The preferred period of performance for these research studies shall be no less than 9 months and no more than 36 months. D. SUBMISSION OF PROPOSALS: Offeror's proposals must be received by 4:00 pm on June 10, 1996 at the Department of Transportation addressed to Derek W. Karis, Contracting Officer, Federal Highway Administration, 400 Seventh St., SW, Rm. 4410, Washington, D.C. Submit one original and 9 copies of the proposal with an accompanying copy on diskette in Wordperfect 6.0 with spreadsheats in Microsoft Excel format. E. EVALUATION OF PROPOSALS AND AWARD. Response: A government panel will evaluate each proposal, based on the following equal factors: (1) The intrinsic merit of the proposal, (2) The technical competency of the proposer, (3) The potential for utilization of results, (4) Reasonableness of the initial cost proposed, (5) Adequacy of proposed resources to complete the contract requirements satisfactorily and on time, and (6) The past performance of the proposer. After submission of proposals, the Government will evaluate proposals in accordance with the evaluation factors to establish a competitive range for oral presentations and further discussions. The FHWA contemplates making a single award for each area based upon the evaluation factors. The FHWA anticipates that all awards will be made by the end of the Federal fiscal year (September 30, 1996). (0124)

Loren Data Corp. http://www.ld.com (SYN# 0001 19960506\A-0001.SOL)


A - Research and Development Index Page