|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 13,1995 PSA#1324DOT, FED HWY ADMN, Contracts and Procurement, 400 7th ST, SW, Rm 4410,
Washington, D.C. 20590 A -- NONDESTRUCTIVE BRIDGE EVALUATION TECHNOLOGY SOL RFP No.,
DTFH61-95-R-00101 POC Contact, Lise S. Lyles, HCP30-A, (202) 366-4229
PUBLICATION: A. BACKGROUND AND OBJECTIVES - This Broad Agency
Announcement (BAA) identifies the Federal Highway Administration's
(FHWA) intention to sponsor applied research in the area of
Nondestructive Bridge Evaluation (NDE) Technology for in-service
highway bridges. The broad objectives of this research program are to
advance the state-of-the art in NDE technology and to advance the use
of this technology as a key element of a comprehensive bridge
management system (See ''REFERENCE'' below for further information). A
comprehensive bridge management system combines management,
engineering and economic inputs to help engineers and decision makers
determine when, where and how to spend money on bridges so as to
enhance public safety, preserve existing infrastructure, and provide
adequate service to commerce and the motoring public. A fundamental and
essential input to a bridge management system is data on the condition
of bridges. Today, this data is based almost entirely upon a routine
visual inspection, with condition evaluation based upon visible
indications of deterioration and distress. The research under this BAA
is expected to study ways and means to improve the data used as input
to a bridge management system. While FHWA is strongly promoting
creativity and innovation in this BAA and is very interested in
developing new, different and improved methods and techniques for the
nondestructive evaluation of highway bridges, it is essential that the
data collected or the methodology proposed be useable and useful by
bridge owners. The FHWA does not intend to sponsor basic research under
this announcement. Emphasis will be given to studies that demonstrate
a high potential for rapid implementation by State and local
transportation agencies. B. REQUIREMENTS - The scope of this
announcement is intentionally broad to invite innovation and provide
FHWA the flexibility to fund multiple research proposals that best
address its mission and goals. In keeping with FHWA's desire for
innovation and flexibility, the specific approach in the selected
proposals will vary and will be negotiated. However, the Contractor's
research effort shall include, but not be limited to, the following
components: 1. A thorough review of the literature and previous
research that establish the state of knowledge and experience relative
to the proposed research and development effort, and the relationship
of the proposed work with previous research, if any. 2. A detailed
discussion and critical evaluation of how the methods, techniques or
technologies developed and the data collected could be used by bridge
owners, within the context of a bridge management system. A
demonstration and critical evaluation of any methods, techniques or
technologies developed. Offerors may recommend modification of the
above areas and are expected to include additional areas and/or tasks
for study. The technical proposal submitted shall contain sufficient
discussion to justify and support an alternative approach. The specific
contract deliverables will depend upon the scope and objectives of the
negotiated contract. At a minimum, the contractor shall submit a final
report and technical summary that documents the research conducted in
each task identified in the proposal. Additional deliverables such as
interim reports, computer programs and documentation, instrumentation
and prototype equipment may be required and the specific deliverables
will be identified in the negotiated statement of work. C. REFERENCE -
A 3-page reference document, ''Background Statement,'' is available by
written request. The document contains important information regarding
current NDE research and expands on FHWA's research program needs and
objectives. Requests may be faxed to Lise S. Lyles at (202) 366- 3705.
D. CONTRACT PERIOD - Negotiable, but not to exceed 36 months. E.
CONTRACT TYPE - Cost reimbursement, cost-plus-fixed fee or cost
sharing. F. SUBMISSION OF PROPOSALS - There will be no formal RFP or
other solicitation for this requirement. Proposals responding to this
BAA must be valid for 200 days from the date specified for receipt of
proposals, and may be funded at any time during that validity period.
Submit 12 copies of your proposal by 4:00 p.m. EST on June 8, 1995, to
the Department of Transportation, Federal Highway Administration, 400
Seventh Street, S.W., Room 4410, HCP30-A, Washington, D.C. 20590,
Attention: Lise S. Lyles. Please show BAA number and the closing date
on the forwarding envelope. Late proposals will be handled in
accordance with FAR 15.412. G. INSTRUCTIONS FOR PREPARATION OF
PROPOSALS - Any resulting contracts will contain appropriate federal
agency clauses for the type of contract awarded. Successful offerors
shall be required to submit ''Certifications and Representations''
prior to award. Data and reporting requirements will be negotiated with
successful offerors. In responding to this announcement, please prepare
your proposal in two parts, as follows: 1. TECHNICAL - Submit a work
plan that reflects a review of pertinent research in the proposed area
and that describes in detail how the offeror will proceed if awarded
a contract. Detail the tasks envisioned for the work, the approach, the
methodology, the data collection techniques, any equipment requirements
and deployment, other investigation tools to be employed, and the
amount of time necessary to perform each task. Resumes of key personnel
shall be included as attachments. A separate Statement of Work,
detailing the technical tasks to be accomplished and suitable for
contractual incorporation, shall be included with the proposal. Note:
The technical proposal shall not exceed 60 single-sided, 8.5 X 11 inch
pages. Text shall be in 12 pitch or larger type, double-spaced. The
page limit includes all information, i.e., charts, illustrations,
resumes, attachments, etc. 2. COST - The cost or price breakdown shall
be submitted utilizing Standard Form 1411 (Contract Pricing Proposal
Sheet) as a cover sheet, together with supporting detailed, complete
cost data, including any subcontractor data, in accordance with FAR
15.804-6. Include a person-hour breakdown by task. H. EVALUATION OF
PROPOSALS AND AWARD EVALUATION CRITERIA - Individual proposal
evaluations will be based on acceptability or unacceptability without
regard to other proposals submitted under this BAA. The primary basis
for selecting proposals for acceptance shall be technical factors,
potential contributions to the overall objectives of FHWA NDE program,
proposed cost relative to the benefits, and availability of funds.
Cost realism and reasonableness shall also be considered to the extent
appropriate. Technical merit will be evaluated based on the following
criteria (listed in descending order of importance): 1. Technical
Merit of the Proposed Research: The technical merit of the proposed
research, including the completeness, adequacy, implementability,
uniqueness, innovativeness of the proposed work plan and how well the
proposed research addresses the stated research objectives. Particular
emphasis will be placed upon implementability. 2. Understanding of the
Problem: Demonstrated understanding of the issues involved in the
development and implementation of nondestructive bridge evaluation
technology, and how such systems could be integrated into a
comprehensive bridge management system. Particular emphasis will be
placed upon a demonstrated understanding of current highway technology,
bridge inspection practice and procedures, and highway management as
they relate to the proposed research. 3. Organization's Qualifications
to Perform Research, including: Availability and qualifications of the
necessary staff to complete the proposed work,including qualifications
of the Principal Investigator and other members of the research team,
and successful completion of similar projects; technical management;
and resources, facilities and equipment. Offerors shall address in full
each of the above criteria and subcriteria. The comprehensiveness and
quality of the proposed effort, especially the completeness of the
proposed work plan, will contribute significantly in the selection
process. Innovative solutions, approaches and techniques which address
the stated objectives will be considered. The offeror's ability to
identify technical needs and to design a study to meet these needs
within budget are essential skills in the accomplishment of the
contract objectives. The FHWA reserves the right to select for award
any, all, part or none of the proposals submitted. I. GOVERNMENT RIGHTS
- The Government anticipates that $900,000 will be dedicated to this
program in FY 1995, and anticipates making multiple awards. It is
anticipated that no single proposal will be funded for more than
$450,000. Should additional funds for this program become available,
the Government reserves the right to fund additional meritorious
proposals within the stated proposal validity date. The Government
reserves the right to incorporate ideas from successful offers into
future contracts. This Broad Agency Announcement does not commit the
Government to pay for response preparation costs. J. ELIGIBILITY - All
responsible sources may submit a proposal which shall be considered by
FHWA. Consortium arrangements, industrial partnering agreements, and
collaborations with National Laboratories are encouraged. (0101) Loren Data Corp. http://www.ld.com (SYN# 0001 19950412\A-0001.SOL)
A - Research and Development Index Page
|
|