Loren Data Corp.

'

  
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