Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2009 FBO #2760
SOLICITATION NOTICE

B -- Traffic Analysis

Notice Date
6/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering 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
DTOS59-09-R-00013
 
Archive Date
7/30/2009
 
Point of Contact
bryan mclain,
 
E-Mail Address
bryan.mclain@dot.gov
(bryan.mclain@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
I. This is a combined synopsis/solicitation for commercial services for traffic management techniques. Request For Proposals are being requested by electronic means only (email). II. All responsible sources may submit a proposal. All offerors must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov, in order to be considered for award. Offerors must also submit representations and certifications in accordance with the provision at FAR 52.212-3 Offeror Representations and Certifications—Commercial Item. (Accessible at the FAR Site, http://www.arnet.gov/far/current/html/52_212_213.html#wp1179194) III. FAR Clauses 52.212-1 through 52.212-5 apply to this procurement. For the exact text and wording of clauses and provisions please see; http://www.arnet.gov/far/current/html/52_212_213.html#wp1179124 IV. The Government contemplates an award of a Firm Fixed Priced contract resulting from this solicitation. There is no incumbent. V. Submit the following documents in response to this RFP: Technical proposal and Price proposal shall be submitted separately. Proposal pages shall be numbered consecutively. The technical portion shall not exceed 50 pages. Individual resumes shall not exceed 2 pages. Any additional pages beyond the limits set forth herein may be discarded. VI. For Evaluation purposes, the evaluation shall be based on the following criteria; 50% Approach 25% Corporate experience & personnel 25% Price VII. This is a best value procurement and the resulting award will be based on the best value offered to the government in accordance with the evaluation criteria above. Approach and corporate experience when combined are more important than price. The government reserves the right to award all, some, or none of this solicitation. VIII. Additional (Reference) Material can be found at the web link below: http://ostpxweb.dot.gov/policy/Data/Investigation_%20Economic_Feasibility_%20Exclusive_%20Truck_%20Lanes.pdf Statement of Work Safety Impacts of New Traffic Management Techniques Background Over the past 15 years, a variety of new traffic management techniques have been introduced, including managed traffic lanes—High Occupancy Vehicle (HOV) lanes, High Occupancy Toll (HOT) lanes, Truck-only-Toll (TOT) lanes—congestion pricing, and other demand management and active traffic management strategies. Although these techniques hold promise for relieving congestion, it is important to understand the safety implications of adopting such strategies. The extent of experience with some of these procedures is sufficiently limited that analysis of historical data may not produce reliable results. A recent study (attached) conducted for the U.S. Department of Transportation (DOT) concluded that traffic simulation models could be used to analyze the likely safety impacts of these new traffic management techniques. Techniques for simulating traffic conflicts have been developed, including the Federal Highway Administration’s (FHWA) Surrogate Safety Assessment Methodology (SSAM). Applying simulation methods to new traffic management techniques should be valuable in gaining insight into the effect on safety. Objective This objective of this study is to determine the safety impact of deploying advanced traffic management strategies and to recommend approaches that can be taken in designing these strategies that minimize safety risks. Recent FHWA research on safety impacts using surrogate measures has focused on conflict analysis as the best indicator of safety performance in lieu of crashes. The conflict analysis seems to be a better analysis for assessing the safety performance of new and innovative traffic management strategies as these strategies have no crash histories to draw from. Scope and Project Description Currently, State and local agencies consider only the traffic performance impacts that these strategies have on the roadway system without the consideration of safety. This study will identify the safety benefits and impacts of the various advanced traffic management strategies that are deployed. The FHWA SSAM project resulted in a safety analysis software tool that provides frequency of various types of conflicts (i.e., crossing, lane-changing, and rear end) and severity indicators (i.e., time-to-collision, post-encroachment time, speed differential, etc.) by processing vehicle trajectories from micro-simulation models. The proposal should convey the proposing team’s current understanding of the various advanced traffic management strategies and the appropriate traffic analysis tools that can be used to evaluate these strategies, both from a traffic performance perspective as well as from a safety perspective. At a minimum, the team should describe how this understanding will be validated. The proposed validation may consist of an assessment of the analytical tools that exist and how these tools have been used to evaluate the advanced traffic management strategies that are in place. It may consist of historical data that demonstrate the traffic and safety performance of these strategies and how they affect the highway system. The proposal should also identify the primary target audience and describe why the results from this effort will benefit this audience as well as explain how this effort will be distinguished from other available information, guidance and other documents that are available from other sources. This study would use advanced traffic simulation models, supplemented--where possible--with historical data, to analyze the safety impacts of changes in traffic flow resulting from congestion pricing and changes in weaving movements resulting from dedicated traffic lanes, and reductions in truck-car lane sharing due to truck-only lanes. The study would include not only the period or location in which the technique is in effect but its safety impact on the highway outside the time period or spatial location of the restriction. This study will identify the state of the practice and the state of the art in traffic and safety performance measures and will develop guidance in utilizing the range of data available from traffic analysis tools in a manner which the operating agencies, decision maker or seasoned professional would not have otherwise gained through a raw interpretation of individual performance measures. Supervision The work will be reviewed and approved by a Government Oversight Panel, that will meet with the contractor at the beginning of the contract, after the approach is finalized and after the draft final report is completed. Approval by the panel is required at each of these stages. Technical Approach Task 1 – Project Management The contractor will schedule a kickoff meeting with the Contracting Officer’s Technical Representative (COTR) and the Government Oversight Panel to be held within two weeks of the contract award date. The Proposed Project Plan (plan submitted in proposal) will be reviewed, and the scope, tasks, and deliverables will be refined during this meeting. The contractor will submit the kickoff meeting minutes along with the contractor’s plan for resolving issues from the meeting to DOT, which will review it and provide comments to the Contractor, who will incorporate these comments in a revised, Project Plan to be submitted four weeks after contract award. Task 2 – Review and Summarize Literature The Contractor will conduct a literature review to identify the state of the practice and the state of the art in utilizing the range of data available from traffic analysis tools and simulation in a manner which the operating agencies would not have otherwise gained through a raw interpretation of individual performance measures. This will include the various advanced traffic management strategies and their performance measures from both a traffic performance as well as a safety performance, an assessment of the various analytical tools that have been used and can be used for evaluating these strategies from traffic and safety performance, and available guidance for deploying these strategies both from a traffic performance and safety performance perspective. A draft task report will be provided to DOT for review and comments no later than eight weeks after contract award. Task 3 – Finalize Project Plan Based on the literature review, the Contractor will finalize the approach that the offeror proposes for evaluating the safety impacts of advanced traffic management strategies using analytical methods and simulation tools as well as any historical information for the various traffic management strategies given in the Objective. With regard to the traffic management strategies of managed lanes, the contractor is expected to consider the following effects of these lanes on the safety of a highway for: a.for demarcated and (b) physically separated lanes, b.within the section of highway containing dedicated lanes and in the area in which traffic merges, c.various levels of traffic and various types of vehicles (distinguishing single-unit from combination trucks) d.separation of types of vehicles, e.weaving of vehicles f.distance between interchanges, and g.alteration of routes by travelers. With regard to the traffic management strategies of congestion pricing, the contractor is expected to consider the effect of these strategies on the safety of a highway: a. during that time during which peak pricing is in effect, b. prior to and following that period, c. the alteration of temporal patterns of travel, d. lanes that are priced exclusively for trucks and those that allow mixed traffic use, and e. diversion of travelers onto non-priced facilities. Contractor will submit a finalized project plan no later than three and a half months after contract award. Task 4 – Conduct Analysis The Contractor will carry out the analysis that will enable a comparison of the safety impacts of the various advanced traffic management strategies, listed under Task 3, and derive conclusions which indicate the safety implications of adopting these strategies Specifically, the Contractor shall consider currently available simulation models that have the capability to evaluate the advanced traffic management strategies, discussed previously, and can provide the appropriate information that can be used by safety models to come up with safety performance measures. The simulation models to be considered shall be as a minimum of those commonly used: CORSIM, VISSIM, Paramics, Integration, AIMSUN and TransModeler. The Safety model SSAM should also be considered as a minimum but other safety models may also be considered. Task 5 – Develop Guidance and Prepare a Report Based on Tasks 1 though 4, the Contractor shall develop guidance that can be used to evaluate the safety aspects of various traffic management techniques. The guidance should provide quantifiable safety benefits and impacts of the various advanced traffic management strategies and an approach or methodology for conducting similar studies. Consideration and guidance should be given on the development of a method to balance traffic performance and safety performance that agencies can use to deploy these strategies. Traffic operations and safety analyses can generate a great deal of numerical output. Any one of the numerical outputs can be important to the analyst depending upon the purpose and scope of the analysis and the alternatives being evaluated. There is, of course, a significant difference in how different analysis tools compute these outputs. The guidance would offer advice on: •Selecting traffic and safety performance measures that address benefits and impacts of advanced traffic management strategies •Setting up consistent study assumptions and parameters and selecting measures of effectiveness (MOEs) that are as directly comparable as possible. •How to prepare each type of analysis in a manner that allows the MOEs of different tools to compliment one another, while avoiding confusing or contradictory results. •How to combine traffic analysis tools with safety analysis tools in a manner that allows for safety benefits and impacts •How to evaluate and select the most effective and efficient advance management strategy form a traffic performance and a safety performance perspective The contractor shall prepare a draft final report that shall cover all aspects of the project for submission to DOT. The Department will make corrections to the report after which the Contractor shall prepare for and deliver to DOT a final report. Deliverables 1.Contractor shall submit reports, at the time expressed as months after contract award, to the Contracting Officer and the COTR as follows: a.At the end of Task 1: Refined Project Plan (1 month). Revised Project Plan (1.5 months) b.At the end of Task 2, (2 months) c.At the end of Task 3 (3.5 months) d.At the end of Task 5, Draft Final Report: (10 months). e.After review of the draft final report by the Government, not to exceed 30 days, Final Report, within 12 months after award of contract. 2.Contractor shall also submit monthly letter progress reports to the Contracting Officer and the COTR describing the activities of the previous month and showing both normatively and graphically the level of funds expended and the planned expenditure of funds over the remaining time of the contract, next steps, problems, and recommended actions. 3.The final report must meet the requirements of Section 508 of the Rehabilitation Act of 1973, as amended. The Act requires that all electronic products prepared for the Federal Government be accessible to persons with disabilities, including those with vision, hearing, cognitive, and mobility impairments. View Section 508 of the Rehabilitation Act (http://www.access-board.gov/508/508standards.htm - PART 1194) and the Federal IT Accessibility Initiative Home Page (http://section508.gov) for detailed information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/TASC/TASCASD/DTOS59-09-R-00013/listing.html)
 
Place of Performance
Address: Department Of Transportation, 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590, United States
Zip Code: 20590
 
Record
SN01845365-W 20090617/090615235416-4e721412a482030d3926ee3250b71508 (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.