SOLICITATION NOTICE
R -- Deployment of Part II of the Transportation Technology Innovation and Demonstration Program Into The Dallas / Fort Worth Metropolitan Area
- Notice Date
- 2/28/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Transportation, Federal Highway Administration (FHWA), Office of Acquisition Management, HAAM, Room 4410 400 7th Street, S.W., Washington, DC, 20590, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- DTFH61-07-R-00123
- Response Due
- 4/30/2007
- Archive Date
- 12/31/2007
- Description
- THE GOVERNMENT WILL NOT ACCEPT TELEPHONED, E-MAILED, LETTER-WRITTEN, OR FAXED REQUESTS FOR THE SOLICITATION (RFP) FOR THIS PROCUREMENT. Instead, all prospective offerors (bidders) MUST obtain the Solicitation from the FedBizOpps website, whose address is: http://www.fedbizopps.gov . The Pre-Solicitation Notice (Synopsis) that you are now reading is NOT the Solicitation; the Solicitation will be published HEREAFTER in the FedBizOpps website. The procurement announced in this Pre-Solicitation Notice is FULL-AND-OPEN-COMPETITIVE, and it will be a FOLLOW-ON project. For this follow-on project, the FHWA plans to award one and only one fixed-price contract, which will have a ten-year Period of Performance and NO task orders. The INCUMBENT contractor is Mobility Technologies, Inc., located at Chesterbrook Corporate Center, 851 Duportail Road, Suite 220, Wayne, PA 19087. Under that incumbent or precursor contract, numbered DTTS59-99-D-00445 and entitled ? Intelligent Transportation Infrastructure Program (ITIP) Support?, the incumbent, since October of 2001, has been working with U.S.DOT to integrate the traffic data from existing surveillance infrastructure of 25 metropolitan areas that are eligible to participate in ITIP and strategic deployment of supplemental surveillance infrastructure to support the provision of both real-time and archived roadway system performance data. The 25 eligible metropolitan areas chosen to participate as follows: Atlanta, Baltimore, Boston, Cincinnati, Chicago, Columbus, Detroit, Greensboro, Indianapolis, Las Vegas, Los Angeles, Norfolk, Oklahoma City, Phoenix, Providence, Raleigh/Durham, Sacramento, Salt Lake City, San Diego, San Francisco, San Jose, St. Louis, Seattle, Tampa, and Washington D.C. Briefly, the deployments in each metropolitan area feature the following: Public /private partnership for the provision of data services to the public agency partners; Up to 100 sensors deployed in each metropolitan area, primarily along freeways and other major arterials, capable of providing data on volume, speed, lane occupation, and limited vehicle classification; Archived database function; Commercialization component to enable self sufficiency; Free web-based access to real-time as well as archived data for public agency stakeholders; Free web-based basic traffic condition information to the general public (www.traffic.com); Additional value-added commercial services on a fee basis; Private funding contribution toward infrastructure; Firm, fixed price contract where private partner owns, operates, and maintains the system; Sharing of gross revenues to support system enhancements; and Reliability performance measure calculations and reports provided on a monthly basis. The follow-on project synopsized here is a CONTINUATION of the above-mentioned work done by Mobility Technologies, Inc.. Mobility Technologies, Inc. IS eligible to COMPETE for the follow-on project announced in this Pre-Solicitation Notice. Mobility Technologies Inc.?s point of contact is Mr. John Collins, who can be reached at the following e-mail address: JCollins@Traffic.com. Although telephone numbers for Mobility Technologies, Inc. and for Mr. John Collins are obtainable on the Internet, prospective offerors for this follow-on project who wish to contact Mobility Technologies, Inc. are asked to use Mr. John Collins? e-mail address rather than calling him. Freedom of Information Act (FOIA) requests for copies of Mobility Technologies, Inc.?s INCUMBENT contract document are unlikely to be fruitful for organizations wishing to compete for this FOLLOW-ON project, for the following reasons: (a) the Federal Highway Administration (FHWA) routinely REDACTS, from contract documents furnished to FOIA requesters, all pricing data and all staffing data; (b) the Statement of Work that will be published hereafter in the Solicitation (RFP) for this FOLLOW-ON project will be self-contained and will stand alone and will DIFFER in many crucial respects from the Statement of Work set forth in Mobility Technologies Inc.?s INCUMBENT contract document; (c) any attempt, by an offeror submitting a proposal for this follow-on project, to respond to the INCUMBENT contract?s Statement of Work would almost certainly call into serious question the offeror?s grasp of, and commitment to attaining, the technical objectives of this follow-on project; and (d) given the time-consuming procedure governing the FHWA?s processing of FOIA requests, it is unlikely that even an extensively redacted and probably useless copy of Mobility Technologies Inc.?s INCUMBENT contract document could be made available to any FOIA requester before the due date for submitting PROPOSALS under this follow-on procurement. The contractor performing this follow-on project will deploy Part II of what is known as the Transportation Technology Innovation and Demonstration (TTID) program into the Dallas / Fort Worth metropolitan area. TTID Part II was authorized by Section 5508 of the Safe, Accountable, Flexible, Efficient Transportation Act: A Legacy for Users (also known as ?SAFETEA-LU?), which can be found in Public Law 109-59 or at 119 Stat. 1824. It is anticipated that the deployment of TTID Part II in Dallas / Fort Worth will help to achieve SAFETEA-LU?s goal of providing private technology commercialization initiatives as part of a program to ?advance the deployment of an operational intelligent transportation infrastructure system, through measurement of various transportation system activities, to simultaneously (I) aid in transportation planning and analysis; and (II) make a significant contribution to the Intelligent Transportation Systems (ITS) program?. Specifically, the contractor for this follow-on project will: (1) create, in the Dallas / Fort Worth metropolitan area, a regional transportation information and communications system that integrates and supplements existing surveillance infrastructure to support public sector transportation management needs and private sector commercialization; and (2) install and operate, as a part of the system created in the Dallas / Forth metropolitan area, one hundred new traffic sensors. The system created and installed in the Dallas / Fort Worth metropolitan area under this follow-on project shall: (a) collect, integrate, archive, manage, distribute and report new and existing transportation data for mobility and performance monitoring, planning, evaluation, public information, and other similar purposes; (b) accommodate and integrate existing transportation data collection, archiving, and dissemination mechanisms; and (c) include a data repository of new and existing real-time traveler and related information for dissemination through a variety of delivery mechanisms including: (1) provision of free real-time traveler information on the Internet to the public for personal use; (2) provision of data to support real-time 511 based telephone service and Dynamic Message Sign (DMS) service authorized by the Texas Department of Transportation (TxDOT) at no charge to TxDOT; (3) provision of archived historical data to TxDOT and to the U. S. Department of Transportation and to their public-sector agents over the Internet; and (4) provision of data to commercial customers as determined by the contractor. It is estimated that the performance of this ten-year follow-on project will require a total of 1440 labor-hours to be worked by ONE Program Manager, who must be NAMED in each offeror?s INITIALLY-submitted written proposal for this follow-on project. The Program Manager SHALL possess a Master degree in one of the following disciplines: Engineering, Physics, or Computer Sciences. The Program Manager shall possess at least 10 years of experience in the research, development and application of systems engineering, systems integration or software development, and shall possess at least five years of experience in managing a group of engineers in this field; but that five years of managerial experience could overlap with, or be contained within, the 10 years of research and development experience. The Program Manager SHALL possess skills and knowledge that include demonstrated success in keeping programs on schedule and within budget while meeting performance goals of contracts managed, and demonstrated success in effectively managing multiple subcontractors, and shall possess a thorough knowledge of ITS. It is also estimated that this follow-on project will require an aggregate total of 858 labor-hours to be worked by one or more individuals serving in Senior Level Staff positions. Each particular Senior Level Staff person must be NAMED in an offeror?s INITIALLY-submitted written proposal for this follow-on project. Each particular Senior Level Staff person shall possess a Bachelor?s degree in one of the following disciplines: Engineering or Computer Science. Each particular Senior Level staff person shall possess 5 years of experience with several applicable hardware devices, computers, LAN/WAN environments and systems engineering and integration. Each Senior Level Staff person should be able to provide analytical problem solving abilities and perform technical troubleshooting. Additionally, it is estimated that this follow-on project will require an aggregate total of 1306 labor-hours to be worked by one or more individuals serving in Mid-Level Staff positions. Each particular Mid-Level staff person SHALL possess two or more years of experience in: software development from concept to production to operation; software design; software construction; and software testing and software maintenance. Each particular Mid-Level staff person SHOULD have a Bachelor?s degree in Computer science. Also, it is estimated that this follow-on project will require an aggregate total of 746 labor-hours to be worked by one or more individuals serving in Junior Level Staff positions. Each particular Junior Level Staff person should possess a degree relevant to this project and shall be capable of designing and developing the traffic database architecture and administrating the database. Finally, it is estimated that this follow-on project will require an aggregate total of 3180 labor-hours for Administrative Support persons. Each individual proposed as an Administrative Support Staff person shall have skills in word processing, graphical illustration, desktop publishing and mailing list software, and shall have the ability to turn products of technical staff into documents and presentations of specified formats and of high quality, including camera-ready copy for publications, and the ability to distribute such materials promptly to mailing lists of reviewers and participants. Each proposed Administrative Support Staff member shall possess at least one year of work experience in rendering general office support, but such experience need not necessarily be in a transportation-related field. Each proposed Administrative Support Staff member shall, at a minimum, possess an associate?s degree in any field, whether related to this project or not. Except as is stated in the immediately following sentence, the estimated numbers of staffing hours given above are aggregate totals counted across ONLY the FIRST TWO YEARS of the contract?s Period of Performance (i.e., the project?s deployment period). The aggregate numbers of estimated staffing hours given above for the Program Manager and for Administrative Support are counted not only across the project?s first two years, but also across the project?s final eight years; and in those final eight years it is anticipated that the contractor will provide monthly reports and performance measurements. THE LABOR HOURS GIVEN FOR EACH LABOR CATEGORY ARE ESTIMATES ONLY. THE FHWA DOES NOT GUARANTEE THAT THE CONTRACTOR WILL ACTUALLY END UP PERFORMING THE ESTIMATED NUMBERS OF STAFFING HOURS. PROSPECTIVE OFFERORS SHOULD NOTE THAT THE FHWA FEELS THAT THE ABOVE-MENTIONED LABOR CATEGORIES MAY BE THE MOST APPROPRIATE FOR THE PROJECT. ANY PROPOSED DEVIATION FROM THE ESTIMATED STAFFING STRUCTURE GIVEN ABOVE WILL BE EXAMINED AND EVALUATED WITHIN THE OVERALL CONTEXT OF THE OFFEROR'S PROPOSAL. Offerors for this follow-on project should probably ALREADY have a system in place-----in which case the successful offeror (i.e., the contractor for this follow-on project) would be integrating this follow-on project?s data into the contractor?s existing system. The operation and maintenance of the data of this follow-on project will be a part of the work performed by the contractor over the contract?s ten-year Period of Performance, and should be a part of the normal routine maintenance of the contractor?s system. Congress has set the total MAXIMUM FEDERAL price of this follow-on project at two million dollars. But in ADDITION to that MAXIMUM of two-million dollars to be paid to the contractor by the Federal Highway Administration, the CONTRACTOR must ITSELF provide five hundred thousand dollars worth of cost-SHARING for this follow-on project, and that cost-sharing must be derived from NON-Federal sources. THE DUE DATE FOR THE FHWA?S RECEIPT OF PROPOSALS, AS PUBLISHED IN THIS PRE-S0LICITATION NOTICE, IS ONLY AN ESTIMATED DUE DATE. THE ACTUAL DUE DATE FOR THE FHWA?S RECEIPT OF PROPOSALS WILL BE STATED ON THE FRONT PAGE OF THE SOLICITATION (RFP) HEREAFTER PUBLISHED IN THIS SAME FedBizOpps WEBSITE. The FHWA?s best current ESTIMATE is that the Solicitation MIGHT be published in this FedBizOpps website on or about March 30, 2007.
- Record
- SN01240693-W 20070302/070228220634 (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 |