Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2008 FBO #2432
SOLICITATION NOTICE

A -- Commercial Remote Sensing and Spatial Information Technology Applications Program

Notice Date
7/22/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Transportation, Office of the Secretary of Tranportation (OST) Procurement Operations, OST Acquisition Services Division, 1200 New Jersey Ave, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
DTOS59-08-RA-00002
 
Archive Date
7/24/2009
 
Point of Contact
James H Mowery III,, Phone: 202-366-4959, James H Mowery III,, Phone: 202-366-4959
 
E-Mail Address
james.mowery@dot.gov, james.mowery@dot.gov
 
Small Business Set-Aside
N/A
 
Description
U.S. Department of Transportation Research Innovative and Technology Administration (RITA) Research and Development Technology Office, RDT-50 1200 New Jersey Avenue, SE Washington, DC 20590 Commercial Remote Sensing and Spatial Information Technology Applications Program BAA #: DTOS59-08-RA-00002 White Papers Due: 4:15 PM, EDT, September 12, 2008 Agreement Officer:James H. Mowery III, 202-366-4959, james.mowery@dot.gov. CONTACT INFORMATION: Through this Broad Agency Announcement (BAA), being issued on behalf of the Research and Innovative Technology Administration (RITA), the U.S. Department of Transportation (DOT) is soliciting information and descriptions (White Papers) for activities to validate initiatives in support of the U.S. DOT Commercial Remote Sensing and Spatial Information (CRS&SI) technology application program for transportation infrastructure development and construction. At the level of the PRIME offeror (Applicant), competition is restricted to universities. Proposed SUB-Recipients may, however, be any kind of organization or individual, commercial or otherwise. Interested and eligible offerors may submit separate White Papers on one or more of the initiatives described in this announcement. Each White Paper on each initiative must not exceed fifteen (15) pages and must include the offeror’s contact information: point of contact, telephone number, fax number and e-mail address. Separate White Papers must be submitted for each proposed project/initiative and multiple projects/initiatives cannot be combined into a single White Paper. SCOPE: A four-year CRS&SI technology application program is authorized in the Safe, Accountable, Flexible, and Efficient Transportation Equity Act: A Legacy for Users (SAFETEA-LU), Section 5506. The Act authorized $7.75 million annually for funding during Fiscal Years 2006 - 2009. The U.S. DOT Research and Innovative Technology Administration (RITA) manages the program. Because RITA will probably be making multiple Cooperative Agreement awards from this BAA, it is unlikely that any one awardee (i.e., Recipient of a resulting Cooperative Agreement) would receive, in Federal funds, more than a fraction of the $7.5 million that is available under this Phase II of the program. The program execution was classified into two two-year phases. Seven projects were awarded in Phase One, resulting in a total obligated funding of $9.0 million. They focused on three commercial remote sensing initiatives in the areas of road construction and conditions, freight congestion mitigation, and development planning and impact. Phase One began in 2007 and will end in 2009. This is the second two-year phase (i.e., Phase Two) of the program, and Phase Two is scheduled to begin in 2008 and will end in 2010. The SAFETEA-LU program will focus on major national initiatives and validate CRS&SI technology applications and deliver smarter and more efficient methods, processes and services for transportation infrastructure development and construction. The Phase Two program awards will be competitively selected from consortia teams of university research centers working in partnership with industry and state agencies, and meeting the technical and cost sharing requirements of this announcement. These initiatives are chosen based on DOT priorities for CRS&SI technology applications for user services that have the potential to produce a high return on investment, in terms of saving cost and improving the efficiency of infrastructure development and construction. Commercial remote sensing products include remote sensing products from satellites and above ground platforms and from unmanned vehicles. Spatial information technology products include products from Geospatial Information Systems (GIS), Global Positioning Systems (GPS), and related Intelligent Transportation System (ITS) and services. The proposals should focus on CRS&SI technology products applicable to transportation infrastructure development and construction. A detailed description of each Initiative is as follows: Initiative 1: Infrastructure Development Planning: The infrastructure development, planning and decision making process is burdened with challenges of collecting data, adopting innovative methods and timely implementation of new technologies for efficient movement of people and freight. The validation under this initiative must have the following two complementing objectives: 1)Validate the application of CRS&SI technologies to collect data and provide a framework for analysis in studies and projects related to infrastructure development planning; and 2)Apply advances in space-based technology application to increase efficiency, reduce congestion and shorten the time required to develop multimodal transportation options. The purpose of the initiative is to apply CRS&SI technologies to infrastructure development processes to reduce congestion and improve safety within the infra-structure elements such as ports, urban corridors and gateways. The results should lead to application of space-based technologies to improve existing planning procedures and/or to develop new procedures to aid and enhance current practices in infrastructure development planning. Initiative 2: Transportation Infrastructure Construction and Condition Assessment: This initiative focuses on validating new methods, tools and systems for cost effectively monitoring the quality of construction and condition of the physical infrastructure. The project deliverables should result in significant cost savings for construction and maintenance of transportation infrastructure. The validation under this initiative must have the following two complementing objectives: 1)Validate new applications of CRS&SI technologies for monitoring the quality of infrastructure construction; and 2)Apply CRS&SI technology integration and products to monitor the condition of constructed infrastructure systems. The purpose of the initiative is to implement CRS&SI technologies and products for achieving smarter, automated and non-intrusive methods for quality control of infrastructure construction and also develop capabilities for asset management and condition assessment for maintaining the performance and continued serviceability, after construction. The results should lead to longer performing physical infrastructure and significant savings of construction, repair and rehabilitation cost for transportation agencies. The application tools should also contribute to reducing the cost for inventorying and inspecting physical infrastructure systems for asset management. WHITE PAPERS: RITA is soliciting White Papers that address one or more of the initiatives outlined in this announcement (see above). A proposal must include a cost sharing contribution of at least half (50%), in accordance with SAFETEA-LU Section 5101 (a)(1) and (b), of the proposed project’s cost to be considered. In other words, the grand total dollar amount of an Applicant’s proposed cost-sharing contribution to the project must be equal to the total dollar amount of the Federal funding sought by the Applicant. Each White Paper must not exceed a total of 15 pages, including any appendices and backup materials and must include sufficient information to determine the probability of achieving the objectives of the initiative and to evaluate the following areas (All evaluation factors are of equal importance): 1)Technical concept addressing the initiative; 2)Technical approach and plans for validating the concept for transportation application; 3)Background of the performing consortia team in related areas of technologies and space based technology application; 4)Proposed partnerships between cooperating consortia of university centers, industry and state agencies; and 5)Proposed cost and cost sharing contributions to perform the initiative. EVALUATION AND SELECTION FOR FURTHER CONSIDERATION: A total of $7.5 million is available for the program and it may increase with the additional funding (subject to availability of funds). Based on evaluation of the responses received, the U.S. DOT may select one or more initiatives for awards and may choose to fund selected initiatives through Cooperative Agreements. As stated above, half (50%) cost sharing is required from proposing consortia teams to perform the initiative. Cost sharing may include direct, indirect and in-kind cost contributions and can be made collectively from the consortia of university research centers, industry and state agencies. Proposed partnerships and cost sharing arrangements need not be finalized in the White Papers submitted in response to this announcement; but proposed partnerships and cost-sharing arrangements will need to be finalized and presented in detail in any full proposals that RITA may hereafter request from the authors of the best White Papers submitted. The period of performance for completing each initiative and delivering results must not exceed 24 months. A panel of federal agency experts will review all White Papers received for responsiveness to the Initiative areas specified above. Each offeror submitting a White Paper deemed worthy of further consideration and meeting the criteria of this BAA will be notified with possible suggestions for change in scope and detailed guidelines for submitting a full proposal. The Contracting Officer (Agreement Officer) must give his approval regarding any discussion held between an offeror and the Government’s technical staff after submission of a White Paper. GENERAL INFORMATION: In all correspondence, please reference the BAA No. DTOS59-08-RA-00002. Twelve hard copies and one electronic copy of each White Paper shall be submitted. Hard copies shall be submitted via overnight delivery system to: James H. Mowery III Agreement Officer Acquisition Services Division (M-63) Office of the Senior Procurement Executive Office of the Secretary U. S. Department of Transportation Room W83-497 1200 New Jersey Avenue, S. E. Washington, D. C. 20590 White Papers must be received in the above office not later than 4:15 PM, EDT, September 12, 2008. Because of continued security concerns, offerors should not send White Papers via regular mail, but should instead use a well-established commercial overnight delivery service, such as, but not necessarily limited to, one of the following (listed in alphabetical order): Federal Express, or United Parcel Service. Electronic copies of the White Paper submission are to be sent to both of the following individuals: james.mowery@dot.gov, and caesar.singh@dot.gov. All inquiries concerning this announcement shall be directed to Mr. Mowery. BROAD AGENCY ANNOUNCEMENT: This FedBizOps notice constitutes the BAA as contemplated by FAR 6.102(d)(2). A formal Request for Proposals (RFP) or other type of solicitation regarding this announcement will not be issued. At the level of the PRIME Offeror (i.e., prime Applicant) RITA encourages the widest participation by UNIVERSITIES only, as consortium leaders. But at the level of the proposed SUB-Recipient, RITA encourages an even broader participation and involvement, not only by universities and other academic institutions, but also by corporations, non-profit organizations, small and small disadvantaged businesses, State or local governments, and individuals participating in teaming arrangements with the university research centers. White Papers submitted under this BAA will remain property of the Government and will not be returned to the offeror.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6c634550abb324d0e7c992faf3e401a0&tab=core&_cview=1)
 
Record
SN01620355-W 20080724/080722224501-6c634550abb324d0e7c992faf3e401a0 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.