SOURCES SOUGHT
D -- Alternative of Analysis (AoA) for Tires Manufacturer Database - Sources Sought Notice (DTNH2217RQ00233)
- Notice Date
- 2/22/2017
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Transportation, National Highway Traffic Safety Administration (NHTSA), National Highway Traffic Safety Administration HQ, 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590
- ZIP Code
- 20590
- Solicitation Number
- DTNH2217RQ00233
- Point of Contact
- Vincent Lynch, Phone: 202-366-9568
- E-Mail Address
-
vincent.lynch@dot.gov
(vincent.lynch@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice. Action Code: S Classification Code: D322 Solicitation: DTNH2217RQ00233 Agency/Office: National Highway Traffic Safety Administration (NHTSA) Location: National Highway Traffic Safety Administration HQ NAICS Code: 541511, Custom Computer Programming Services, $27.5 M. Point of Contract: Vincent Lynch, Contracting Officer, ph(202) 366-9568 Title: Alternative of Analysis (AoA) for Tires Manufacturer Database Description(s): The National Highway Traffic Safety Administration (NHTSA) is issuing this Sources Sought Notice to identify potential qualified Small Business (SB), Small Disadvantaged Business (SDB), 8(a) Certified SDB, HUBZone SB, SDVOSB, or WOSB concerns that may be interested in and capable of performing the work described herein to develop an Alternative of Analysis (AoA) Plan that establishes a roadmap and methodology to collect better tire manufacturer data to inform consumers of tire recalls. NHTSA welcomes all qualified certified Small Business concerns with the appropriate NAICS Code and past experience to submit their Corporate Capability Statements that demonstrate their ability to successfully accomplish the goals of the proposed project as listed below. In addition to soliciting on the open market, the government may decide to later limit its competition to those qualified GSA 70 IT Schedule holding contractors listed under SIN 132 51, Information Technology Professional Services and/or C1 FA2, Computer Systems Design Services. NHTSA does not intend to award a contract on the basis of responses to this notice or otherwise pay for the preparation of any information submitted. Acknowledgement of receipt of responses will not be made; and no formal evaluation of the information received will be conducted by NHTSA. NHTSA may; however later on issue a Request for Proposals (RFP). However, should such a requirement fail to materialize, no basis for claims against NHTSA shall arise as a result of a response to this notice. BACKGROUND: The National Highway Traffic Safety Administration's (NHTSA) mission is to save lives, prevent injuries, and reduce traffic-related health care and other economic costs. The agency develops, promotes, and implements effective educational, engineering, and enforcement programs with the goal of ending vehicle crash tragedies and reducing economic costs associated with vehicle use and highway travel. On December 4, 2015, President Obama signed the Fixing America's Surface Transportation (FAST) Act into law, calling NHTSA to action to collect better tire manufacturer data to inform consumers of recalls. Specifically, Part III of the FAST Act, the Tire Efficiency, Safety, and Registration Act of 2015, mandates 1.) the establishment of a publicly available and searchable electronic database of tire recall information, and 2.) that the database be searchable by Tire Identification Number (TIN), and any other criteria necessary in the identification of recalled tires. OBJECTIVE: The Contractor shall perform an Analysis of Alternatives (AoA) to identify a recommended solution that meets legislative requirements, streamlines processes, and creates an easy to use (e.g., search, navigate) publically accessible repository of tires that are under recall with associated information. Through the execution of this study, NHTSA expects to achieve several objectives: •· The evaluation and comparison of the operational effectiveness, suitability, benefits, costs, and risks associated with a minimum of three (3) alternative solutions; The government has identified at least 2 alternative solutions to be considered as discussed further herein. •· Ensure recommended solution can be automatically updated via a seamless and trusted interface with Tire Manufacturers; •· Ensure all legal and privacy related issues are identified and considered (e.g., associated costs, risks) for industry solutions under consideration for adoption/use/tailoring by NHTSA. Capabilities: The corporate capability statement must address the capabilities necessary to accomplish the scope outlined above as well as the additional tasks and characteristics given below: The Contractor shall provide technical and operational support on an ongoing basis to develop products and services as outlined that meet the requirements of NHTSA. SPECIFIC REQUIREMENTS At a minimum, the Contractor shall support the following goals: Task 1: Develop AoA Plan 1.1 AoA Methodology and Scope The Contractor shall develop an AoA Plan that establishes a roadmap and methodology for the analysis to be conducted. The plan shall detail the contractor's approach to implementing a comprehensive analysis with considerations of possible trade-offs between cost, risks, and performance objectives for each alternative considered. Minimally, the AoA plan shall include: the analysis scope, baseline constraints, assumptions and risks, evaluation criteria, cost analysis methodology, and a detailed schedule outlining checkpoints with business, industry and NHTSA stakeholders to include project kickoff, status reports and project artifact reviews. The scope of the AoA plan shall at a minimum address the following areas for each alternative examined: adherence to legislative requirements, solution/technical architecture, examination of data quality and completeness, time to implement, legal and privacy issues associated with transfer of ownership/licensing of industry solutions to NHTSA. The Contractor shall ensure both technical and executive level documentation (e.g., reports, briefings, etc.) are developed throughout the execution of this contract. Minimum Alternatives to be considered: The contractor shall examine the following four alternatives: •1. Modification of NHTSA's existing legacy system, Artemis; •2. Adoption and possible transfer of ownership of the Rubber Manufacturers' Association (RMA) Tire Recall Database; See https://recallinfo.rma.org/ •3. New solution acquiring new technology for integration in future Artemis Modernization effort; •4. Contractor proposed alternative. •1.2 Deliverables: Draft AoA Plan Final AoA Plan (Incorporation of Government Comments and Approved Alternatives) TASK 2: Execute Government Approved AoA Plan: 2.1 Implementation of Approved AoA Plan The Contractor shall execute the government approved AoA Plan with the identified alternatives. All meetings with non-NHTSA personnel must be coordinated with and accompanied by the Contractor Officer's Representative (COR) and/or the federal Project Manager (PM) for this contract. The AoA shall provide Business and Technology Stakeholders with a solution recommendation outlining the associated benefits, cost, risks and aforementioned elements under Task 1. 2.2 Deliverables: Stakeholder Kickoff Meeting with Presentation (Draft and Final) Monthly Checkpoint Technical & Business Reviews •· Weekly Status Reports •· AoA Document and Executive Presentation (Draft and Final) •o Detailed Cost-Benefit Analysis for each Alternative •o Detailed Feasibility Analysis for each Alternative •o Solution Recommendation Format of Corporate Capabilities Statement: Any interested qualified Small Business (SB), Small Disadvantaged Business (SDB), 8(a) Certified SDB, HUBZone SB, SDVOSB, or WOSB concerns should submit their Corporate Capability Statement, which demonstrates the firm's ability and past experience in no more than 10 pages to perform the key requirements described above to the identified NHTSA point of contact listed herein. Any proprietary information should be marked as such. All respondents are asked to certify the type and size of their business organization is in-line with the requirements of this Sources Sought Notice, and must be received no later than 10 calendar days from the date of publication of this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/NHTSA/NHTSAHQ/DTNH2217RQ00233/listing.html)
- Place of Performance
- Address: Washington, District of Columbia, 20590, United States
- Zip Code: 20590
- Zip Code: 20590
- Record
- SN04411086-W 20170224/170222235346-0142d9d8d5c6160a989de836fe0959b2 (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 |