|
COMMERCE BUSINESS DAILY ISSUE OF MAY 23,1995 PSA#1352DOT, FED HWY ADMN, Contracts and Procurement, 400 7th ST, SW, Rm 4410,
Washington, D.C. 20590 A -- SAFETY MANAGEMENT SYSTEM: EVALUATIONS SOL DTFH61-95-R-00118 DUE
070695 POC Contact, Lise S. Lyles, HCP30-A, (202) 366-4229 BACKGROUND
AND OBJECTIVES: This Broad Agency Announcement (BAA) identifies the
Federal Highway Administration's (FHWA) intention to sponsor research
in the area of evaluation of the Intermodal Surface Transportation
Efficiency Act (ISTEA) mandated Safety Management Systems (SMS) and
their outputs. The broad objective of this research is to develop
methods for conducting Safety Management System Evaluations. The ISTEA
required the development of six management systems, including the
Safety Management System (SMS). An Interim Final Rule (IFR) for the
management systems was issued on December 1, 1993. This IFR required
that ''each State develop, establish, and implement, on a continuing
basis an SMS for all public roads, except for federally owned public
roads.'' The IFR also required each State to develop a work plan by
October 1, 1994 ''...that identifies major activities and
responsibilities and includes a schedule that demonstrates full
operation and use of the SMS by October 1, 1996.'' Included in the IFR
is the requirement that one of the SMS components is to be the
''evaluation of the effectiveness of activities that relate to highway
safety performance to guide future highway decisions.'' In addition,
individual States have raised the question of how they might determine
if the SMS is meeting its stated goal of ''reducing the number and
severity of crashes by ensuring that all opportunities to improve
highway safety are identified, considered, implemented as appropriate
and evaluated in all phases of highway planning, design, construction,
maintenance, and operation and by providing information for selecting
and implementing effective highway safety strategies and projects.''
The issue of evaluating the SMS was discussed in detail as part of a
conference on ''Safety Management Systems -- Methodology'' sponsored by
the Transportation Research Board in August, 1994. The proceedings from
that conference established terminology and a framework for the
discussion of SMS evaluations. In discussing the evaluation of the SMS
itself, two types of evaluations were identified: product evaluations
and process evaluations. The product of the SMS was defined as ''the
reduction of accident frequency and severity,'' while the activities by
which the product is obtained constitute the process. In concept, the
better the process, the better the product will be. Two levels of
evaluation were also defined: macro evaluations and micro evaluations.
''Macro'' evaluations were defined as those that examine the SMS as a
whole, while ''micro'' evaluations look at specific programs or
actions. Therefore, to evaluate the effectiveness of the SMS at the
''macro'' or system level, one can examine how well the SMS process has
been implemented (a macro- process evaluation) and/or how effective the
SMS has been in terms of its overall effect on the product; reductions
in the total number and severity of accidents (a macro-product
evaluation). Participants at the conference had varied opinions as to
how the macro-process evaluation might take place. In addition, there
was considerable debate as to the feasibility of conducting a macro-
product evaluation and the appropriate methodology to use in such an
evaluation. The participants did agree that additional research on
these questions was needed. In addressing the specific evaluation
requirement in the IFR, the conference participants recognized the need
to evaluate programs and activities to determine their effectiveness in
improving highway safety. The participants also recognized the
difficulty and inefficiency of trying to conduct these ''micro''
product evaluations on a State by State basis. The proceedings included
a specific recommendation that these evaluations would be best
conducted if States could cooperate in their evaluation activities and
utilize expert guidance in both the preparatory and analysis stages.
The objective of this BAA is to promote creativity and innovation in
the development of alternative approaches for conducting the
evaluations described above. The scope of this announcement is
intentionally broad to invite innovation and to provide the FHWA with
the flexibility to sponsor research which best addresses 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. B. REQUIREMENTS. Develop a
methodologically-sound approach for conducting one or both of the
following SMS-related evaluations: 1. SMS ''Macro'' evaluation -- How
can the overall effectiveness of the SMS be evaluated? Should this
evaluation consist of a process evaluation, a product evaluation, or
both? What method(s) are appropriate for conducting these evaluations?
How can the evaluations be used by the States to determine if the SMS
is meeting their needs and can be expected to produce the desired
results? How can the evaluations identify those parts of the SMS that
are working effectively and those that need to be modified? 2. SMS
''Micro'' evaluation -- What method(s) can be used to conduct
evaluations of specific SMS activities (countermeasures, programs,
policies)? Is a pooled-data approach involving multiple States
feasible? What are the benefits to this approach from a State
perspective? What controls would be necessary to insure that
statistically-valid results are obtained? What are the advantages and
disadvantages of pooling the data on a regional basis versus a national
basis? What is the appropriate federal role in these evaluations? How
should the information from these evaluations be maintained and
disseminated for future use? The Contractor's research effort shall
include, but not be limited to: (a) a thorough review of the relevant
literature (from the United States and internationally); (b) a detailed
presentation of the proposed methodology; (c) a discussion of the
theoretical aspects of the proposed methodology (including statistical
techniques to be used, sample size required, level of confidence,
etc.); and (d) a discussion of the practicality of the proposed
methodology (impacts on current practice, resources required, etc.).
Offeror proposals should identify which of the two different evaluation
levels are being addressed and should provide a detailed overview of
the technical approach that will be undertaken. C. DELIVERABLES. The
specific deliverables will depend upon the scope and objectives of the
negotiated contract. At a minimum, a final report shall be submitted
that presents the proposed evaluation methodology and discusses both
the theoretical and practical implications of this methodology.
Additional deliverables such as interim reports could be required and
will be identified in the negotiated statement of work. D. CONTRACT
PERIOD. Negotiable, but not to exceed 12 months. E. CONTRACT TYPE. A
cost reimbursement type contract is anticipated. F. SUBMISSION OF
PROPOSALS. There will be no formal RFP or other solicitation for this
equirement. 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 eight (8) copies of your
proposal by 4:00 p.m. EST on July 6, 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. Prior to the contract award, the Contractor shall be
required to submit ''Certifications and Representations.'' Data and
reporting requirements will be negotiated with the firm(s) selected for
contract(s). 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 50 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 Proposals received will be
evaluated in accordance with the evaluation criteria specified herein
through a scientific review process. The basis for selecting the
proposals for acceptance will be based on a combination of technical
merit and cost. Technical factors are more important than cost factors,
but since the goal of this effort is to have multiple awards within the
available funds, cost will be considered in the evaluation. The
technical evaluation will be based on the following criteria: 1.
Demonstrated understanding of the issues involved in the evaluation of
Safety Management Systems. 2. The technical merit of the proposed
research approach, including its completeness, quality, implementation
potential, and innovation. 3. Qualifications, capabilities and
experience of the staff, with particular emphasis on the principal
investigator. I. GOVERNMENT RIGHTS - The Government anticipates that
approximately $225,000 will be dedicated to this program in FY- 1995,
and anticipates making multiple awards. It is anticipated that two
awards will be made for each evaluation level (macro and micro) and
that no single proposal will be funded for more than $110,000. The
Government reserves the right to incorporate ideas from successful
offerors into future contracts. This Broad Agency Announcement does not
commit the Government to pay for response preparation costs. (0139) Loren Data Corp. http://www.ld.com (SYN# 0001 19950522\A-0001.SOL)
A - Research and Development Index Page
|
|