COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21,2000 PSA#2668 Federal Highway Administration, 21400 Ridgetop Circle, Sterling, VA
20166 99 -- FURNISH EQUIPMENT AND INSTALL IN PAVEMENT DATA COLLECTION
VEHICLE SOL DTFH71-00-Q-00025 DUE 090100 POC Carol Gleason
(703-404-6212, Fax: 703-404-6217), Garland C. Gray This is a combined
synopsis/solicitation for commercial items prepared per the format in
Subpart 12, 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 number for this RFQ: DTFH71-00-Q-00025; is a
Request for Quote (RFQ). The following Provisions and Clauses are
incorporated into this RFQ by reference. No addenda apply to these
Provisions and Clauses. FAR 52.212-1, Instructions to
Offerors-Commercial Items; FAR 52.212-3, Offeror Representation and
Certifications -- Commercial Items; FAR 52.212-4, Contract Terms and
Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions
Required to Implement Statutes or Executive Orders-Commercial Items. No
additional FAR clauses apply. Specifications for Road Inventory Program
Pavement Data Collection Vehicle I. Description: The following
equipment is to be installed on an E-350 Ford Van. The FHWA has
purchased the van and will be delivered to the vendor for installation
of the equipment. The vendor shall offset the cost of the equipment
with the Fair Market Value of the FHWA's current data collection
vehicle (ARAN 4900 by Roadware). II. Equipment Installation on Data
Collection Vehicle 1.0 On Board Equipment 1.1 Rut Depth Measurement
Sensor. The rut bar shall consist of five laser sensors. One sensor
shall be mounted above each wheelpath and may also serve as the sensor
for the roughness system. A third laser sensor shall be mounted in the
center of the rut bar. Two additional laser sensors shall be mounted to
either side on the end of the rut bar. These shall point outwards 18
inches on either side of the rut bar. These sensors shall not extend
beyond the normal width of the vehicle and its original bumper. The rut
depth system shall include sensors to correct for vehicle attitude to
accurately measure cross fall (cross slope). These sensors must be
integrated with an on-board gyro systemto provide network survey level
precision data to measure the true transverse slope of the road on
straight sections (cross fall) as well as on curves (super elevation).
1.2 Roughness Measurement Sensor. Longitudinal Profile measurement
system shall use laser/accelerometer sensors in each wheelpath to
provide profile data with which to calculate ride indices. The system
shall be of the type designated as a South Dakota Profiler and capable
of calculating IRI in real time. The units of measurement shall be
operator selectable in either inches per mile or meters per kilometer.
The system shall measure roughness at speeds between 15 mph and 65 mph
with better than 5% bias. The software shall calculate a Ride Number
and IRI (International Roughness Index) in real-time. The system shall
meet the definition of an ASTM Class I profiler and of the FHWA Class
II profiler as defined in the HPMS (Highway Performance Monitoring
System) Field Manual. After the data is processed, the profiles must
show variations in slope as they affect roughness. The processing
software must exclude the static elevation and slope of the roadway
itself so as not to affect the validity of the data. The system shall
collect and store profile measurement data at selected longitudinal
distance intervals. Data samples for roughness shall be collected at
12.5 mm (0.5 in) intervals at speeds between 12.5 mph to 65 mph.
Resolution shall be 0.1 mm. Profile shall be calculated for wavelengths
from 0.5 foot to 1000 feet. IRI shall be calculated and displayed in
real time at operator selected intervals from 0.05 miles to 1.0 miles.
The standard deviation of repeat tests of the profiler shall be within
+/- 5% of the mean IRI value on each test site. The accuracy of the
profiler shall be within +/- 5% on specified test sections with a Face
Dipstick or other HPMS Class I device. 1.3 Distance Measuring
Instrument DMI. The DMI shall be a precision optical encoder mounted on
the rear axle of the vehicle. It shall measure a minimum of 2000 pulses
per wheel revolution to provide a resolution of 1.33 mm The accuracy
shall be 0.02% of the distance traveled. 1.4 Global Positioning System
(GPS) with differential correction. A Global Positioning System must
be provided. The mobile GPS receiver shall be a Trimble AGM132,
integrated 12-channel receiver/dual-channel MF differential beacon or
equivalent. The receiver shall be RTCM-10 compatible. The GPS data
shall be correlated to other sensor data via DMI chainage. The
modularity of the GPS system shall allow for upgrades to either post
processed differential GPS (DGPS) or real time DGPS provided by
Omnistar (or equivalent). An inertial measurement unit (gyros) shall be
provided for GPS fill-in in the event that the GPS signal is lost. 1.5
Inertial Measurement Unit (IMU). An inertial measurement unit must be
provided. This system must integrate with the GPS system to fill in
for loss of GPS signal. The IMU must also integrate with the rut bar
data to calculate correct super elevation and cross slope. The unit
must be solid state device such as a ring laser gyro or fiber optic
gyro with a heading accuracy of at least +/- 0.5 degrees, and
roll/pitch accuracy of +/- 0.05 degrees. A spinning mass gyro or flux
gate compass is not acceptable. 1.6 Digital Perspective Video. One high
resolution, progressive scan video camera, (1300x1030 pixel) shall be
provided to record mid-point right of way features. The camera shall
record directly to digital disk with no intermediate videotape devices.
Two additional high resolution, progressive scan video cameras
(1300x1030 pixel) shall be provided to record the left and right
features of the right of way. These cameras shall also record directly
to digital disk. The video cameras shall be mounted in a weatherproof
enclosure that permits easy access for service and adjustment. The
perspective video system shall be capable of recording images at 10
foot intervals regardless of the speed of the vehicle. The images shall
be recorded in JPG format and compressed to between 50 KBytes and 100
KBytes selectable by the operator. Each image shall be tagged with a
unique identifier to permit retrieving images with other survey data
including linear distance and GPS location. The central perspective
view images shall display header information such as Route, date,
linear distance and frame number plus other data entered by the
operator. The header information shall not intrude on the picture or
cover any features in the image. The video server computer for all
three cameras plus digital pavement cameras must be capable of storing
up to 1,000 miles of images before downloading. A high speed digital
linear tape or removable hard drives must be provided for transfer of
images to an office workstation. 1.7 Digital Pavement Video. Two high
resolution, progressive scan video cameras shall record pavement
images. These cameras shall record directly to digital disk with no
intermediate videotape devices. The images shall be automatically
joined, left and right, and longitudinally to create a continuous view
of the pavement. The images shall be tagged with a unique identifier
to permit retrieving images with other survey data including
perspective view images and linear distance and GPS location.
Artificial strobe lighting shall be provided to reduce or eliminate
shadows from overhead objects. 1.8 Central Control Computer. An
on-board Central Control Computer shall be provided to record sensor
data and to interface with gyro system, GPS, DMI, and other on-board
sensors. The software will include the ability to check data within
range and alert the operator when systems are not functioning properly.
1.8.1 Hardware Configuration. The central control computer will include
as a minimum the following hardware and software: -- CPU: Pentium III,
128MB of RAM, 16 GB hard drive, keyboard, mouse, serial and parallel
ports. -- Windows based operating system -- Flat Screen High-resolution
Video Display -- Flat Screen computer display -- Network connection
adapter 10/100 ethernet -- CD-ROM Read/Write disk, 650 MB capacity --
DVD Read/Write disk 4.7 GB capacity -- Fast and Wide SCSI Controller
for hard drive, DVD, and CD-ROM -- Digital Tape drive or removable hard
disks with which to offload data and images. -- Color graphics ink jet
printer 2.0 On-board Software. Software shall be provided with which
to calculate IRI in real-time and perform other data quality checking
during operation. The software shall provide the ability to pre-load
header information by the operator prior to the start of data
collection. Diagnostic and instrument calibration software and detailed
instructions shall be provided. III. Office equipment to support Data
Collection Vehicle 3.0 Office Workstation. An office workstation shall
be provided to download and analyze data from the Data Collection
Vehicle. 3.1 Hardware Configuration. An office workstation shall be
provided with the following minimum characteristics: -- CPU: minimum
Pentium III Dual 800 MHz, 384MB of RAM, 20 GB system hard drive,
keyboard, mouse, serial and parallelports. -- Dual 73 GB hard drives
for data and images -- Windows 2000, MS Office 2000 Professional
Edition, MS Project, MS Access database -- Flat Screen High-resolution
Data and Perspective Video Display: -- Flat Screen Pavement Video
Display -- Input devices such as keyboards, pen/tablet or other
distress rating instruments -- Network connection adapter 10/100
ethernet -- CD-ROM Read/Write disk, 650 MB capacity -- DVD Read/Write
disk 4.7 GB capacity -- Fast and Wide SCSI Controller for hard drive,
DVD, and CD-ROM -- Digital Tape drive compatible with vehicle digital
tape drive for input of data and images. -- Color graphics ink jet
printer 3.2 Application Software. The following software shall be
provided by the vendor: 3.3 Distress Rating Software. Distress rating
software shall be capable of distress evaluation on both concrete and
asphalt. Distress identification and rating shall be accomplished
through continuous synchronized feeds of pavement and ROW digital
video. Images from different feeds shall be referenced through DMI
chainages and/or time code. Distress rating shall be automatic or
computer assisted. A completely subjective rating of pavement video is
not acceptable. Different techniques are being used in the industry.
Therefore, a minimum of 2 years of production field experience using
the software is required. The 2 year minimum does not include Beta
testing of the distress rating system. Heavier weight will be assigned
based on compatibility of the distress rating system to the existing
distress rating system in use by the FHWA. 3.4 Automated Distress
Rating. Pavement distress data identification by computer interpreted
image analysis, (i.e. Digital Image, Laser Image) shall be proposed.
The techniques to be used during the image processing must be clearly
described including critical points within the process where human
intervention is to be used. The method used shall accurately measure
and input the exact length, and/or areas of pavement distress from the
pavement images aided by the forward perspective image. The Vendor
shall provide a means with which to positively and accurately measure
the distress severities or widths required for the pavement distresses.
Minimum display resolution of the pavement images shall allow clear
identification of crack widths as small as 3 mm. 3.5 Computer Assisted
Distress Rating. A method for rating distresses with manual
intervention may be proposed at the option of the Vendor. This method
must take advantage of computer assistance to identify and measure
crack length width, orientation, and location in or out of the
wheelpath. The method must provide the ability to measure and calculate
distresses such as transverse, longitudinal, patching, alligator, and
block cracking. The distress ratings calculated by the combination of
manual input and computer assistance must be output to a table or
database to allow further analysis by a Pavement Management System. 3.6
Roughness calculation software. Software with which to calculate and
print reports of IRI shall be provided. 3.7 Rut Depth calculation
software. Software with which to calculate and print reports of
minimum, maximum and average rut depth in both wheel paths shall be
provided. 3.8 Cross fall calculation software. Cross fall and super
elevation calculation software shall be provided. The combination of
on-board hardware and software must correct for vehicle attitude such
as the tendency of the vehicle to lean in a curve. Unless the data are
corrected to remove the influence of leaning, the super elevation
slope will be under or over reported. 3.9 Image Viewing Software. User
friendly graphical user interface software with which to view images
and data shall be provided. The software shall allow synchronous
viewing of images in multiple windows of three perspective views as
well as pavement images with data displays in both tabular and
graphical formats. The ability to "drive" the road shall be provided.
The software shall include the capability to perform SQL queries on the
database to include or exclude data based on operator specified
parameters. IV. Warranty/Service Agreement 4.0 Service Agreement. One
year On-Site Service Agreement plus Vehicle Software Maintenance and
Upgrades. The Vendor supplying the equipment in this contract shall be
the point of contact for all service contract work. 4.1 Warranty.
Twelve-month labor and parts warranty. 4.2 Vehicle Warranty. The
vehicle warranty shall be maintained by the FHWA. All modifications to
the vehicle shall be warrantied by the vendor. V. Training. The vendor
shall provide 5 days of training on the vehicle equipment, hardware and
software. Posted 08/17/00 (W-SN487252). (0230) Loren Data Corp. http://www.ld.com (SYN# 0320 20000821\99-0002.SOL)
| 99 - Miscellaneous Index
|
Issue Index |
Created on August 17, 2000 by Loren Data Corp. --
info@ld.com
|
|
|