Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 13,1995 PSA#1324

DOT, 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