|
COMMERCE BUSINESS DAILY ISSUE OF MAY 7,1996 PSA#1589DOT, FED HWY ADMN, Office of Acquisition Management, 400 7TH ST, SW,
Room 4410, Washington, DC 20590 A -- OFFICE OF MOTOR CARRIER FISCAL YEAR 96 BROAD AGENCY ANNOUNCEMENT
SOL DTFH61-96-R-00072 POC Derek Karis, Contracting Officer, HCP-30C,
(202) 366-5750. A. BACKGROUND AND OBJECTIVES. This BAA identifies the
Federal Highway Administration's (FHWA) intent to provide funding in FY
1996 for a number of commercial motor vehicle driver human factor and
technology-related research projects. The purpose of this BAA is to
provide proposers with the opportunity to submit proposals for one or
more of the following studies in the various areas of interest to the
FHWA's Office of Motor Carriers. No RFP will be issued. Potential
offerors should monitor the CBD for potential changes. PROPOSAL
REQUIREMENTS. In a document not to exceed 12 PAGES, proposers shall
identify, for each study in which they are interested: 1. The technical
approach, including any suggested technologies, 2. Proposed statistical
analysis methodologies, 3. Staffing and facilities, and 4. Estimated
costs necessary to perform the work. Written proposals may be
incorporated into the Statement of Work of any resulting contract.
Based on the written submissions, the FHWA will ask some respondents to
submit more detailed information about their proposals through an oral
presentation as part of the subsequent process of negotiation and
submission of best-and-final offers. During negotiation, selected
respondents will be asked to elaborate on their written proposals
during discussions with FHWA staff. The FHWA requires that oral
presentations be performed by proposed key personnel. NOTHING IN THIS
ANNOUNCEMENT SHOULD BE CONSTRUED AS A COMMITMENT BY FHWA TO AWARD ANY
OF THE STUDIES IDENTIFIED BELOW. Submissions which include proposals
for cost-sharing and teaming arrangements are encouraged. The following
is a list of Office of Motor Carriers research studies that have been
identified for potential award in FY 1996, following each is the
estimated maximum cost of the project: 1. Impact of Sleeper Berth Usage
on Driver Fatigue. The study will assess the impact of sleeper berth
usage on the level of operator alertness. It will require an analysis
of the quality of rest achieved by commercial drivers operating motor
vehicles, both while the vehicle is at rest and in motion. Because
sleeper berth users tend also to operate on irregular schedules, the
FHWA also seeks an evaluation of the effects of irregular schedules and
sleeper berth usage. Both single and team drivers using sleeper berths
in their operation shall be evaluated. The proposal shall identify
appropriate performance and psycho-physiological measurement
technologies and describe how they will be employed. A final report
will be produced for industry, safety groups, and general public on the
influence of sleeper berth usage on commercial operator fatigue.
($1,000,000) 2. Impact of Local/Short Haul Operations on Driver
Fatigue. A significant number of commercial motor vehicle operators
spend a sizeable portion of their workday in non-driving, delivery
and/or loading and unloading tasks. These non-driving activities may
have a significant influence on their ability to remain alert and avoid
the detrimental consequences of fatigue and inattention, and may
sharply differ from the fatigue/inattention experience of drivers
engaged in over-the-road operations. This study seeks to evaluate the
impact of fatigue and driver inattention on drivers in these
specialized operations, and to assess the role of fatigue/inattention
in relation to other driver errors and the overall driving safety
picture. It is prompted by a need to better understand this segment of
the commercial driving population's fatigue/inattention problem, and
by Congressional recommendations contained in the Conference Report to
the FY 1996 Departmental Appropriations Act. The proposal shall
identify appropriate performance and psycho-physiological measurement
technologies and describe how they will be employed in the assessment
of the impact of fatigue/inattention. ($800,000) 3.''Share the Road''
Campaign Research. This project seeks to conduct a 24-month research
project to improve the current public outreach campaign, which is
intended to educate the motoring public about truck safety dynamics,
and to coordinate similar non-federal activities and identify gaps in
this outreach area. The primary goal is to produce a report that will
facilitate the implementation and coordination of activities that will
fill identified gaps in the national ''Share the Road'' effort. The
Contractor will undertake an analysis to: (1) identify, inventory, and
review the Federal ''No-Zone Campaign'' program goals, elements, scope
of current efforts, target audiences, media exposure, and to measure
acceptance; (2) identify, inventory, and review non-Federal ''Share the
Road'' activities similar to the Federal program; and (3) identify
gaps, provide recommendations for coordinating efforts, determine
need/viability of an umbrella program; provide solutions to improve
Federal program; and provide recommendations for improving and
expanding ''Share the Road'' partnerships. ($350,000) 4. Determination
of Stresses in Cargo Tanks. This research seeks to develop analytical
methods for determining stresses in certain cargo tank geometries,
specifically those stresses caused by: (1) internal and external
pressure in elliptical and non-circular tanks; and (2) stresses in
longtitudinal rail type overturn protection devices due to the loads
prescribed by the Federal Motor Carrier Safety Regulations (FMCSRs). As
part of determining the stresses in the rail type overturn protection
devices, the contractor shall document the amount of structural support
provided to these rails by the components of the cargo tank (e.g.,
baffles, bulkheads, and unsupported shell). The resulting analysis
methods will be included in the Federal Highway Administration's (FHWA)
''Guidelines for Structural Evaluation of Cargo Tanks'' which is being
used by the FHWA to verify the structural adequacy of cargo tank
designs. The results of the project must include sufficient
documentation to allow the FHWA to defend the analysis methods during
legal actions. The contractor shall include in the design for this
project the provision for periodic peer reviews during the course of
the research. ($120,000) 5. Computer Method for Cargo Tank Analysis.
The focus of this research will be on developing an independent
computerized, preferably Finite Element Analysis (FEA), method for the
FHWA's Office of Motor Carriers (OMC) to use in evaluating the
adequacy of cargo tank designs. The contractor's proposed analysis
method(s) must be based upon the FHWA's ''Guidelines for Structural
Evaluation of Cargo Tanks'' and be usable by FHWA structural engineers.
The contractor shall include in the results of the project sufficient
documentation to allow the FHWA to defend the analysis methods during
legal action. A second task will be for the contractor to assess the
OMC's current ability to properly evaluate FEA or other computerized
analysis methods presented during the review of cargo tank
manufacturers. Based on this assessment, the contractor shall develop
and recommend to the FHWA an effective, standardized methodology for
OMC field personnel to use in evaluating these analysis methods. The
contractor shall include in the design for this project the provision
for periodic peer reviews during the course of the research. ($270,000)
6. Development of Management Program to Ensure Greater Uniformity,
Accountability and Quality Control within the Federal Enforcement
Process. The FHWA seeks to develop a management program to provide OMC
staff with the tools to establish and maintain uniformity and
accountability within its enforcement program. As envisioned, the
contractor shall evaluate current compliance review and operations
out-of-service orders to identify areas needing clarification. The
contractor shall develop operational models for conducting compliance
reviews (CR's) and managing the program by considering, among other
sources: recommended FHWA guidelines; identified ''best practices'';
operational procedures in 3 OMC Division offices; and existing
management practices of Federal Program Specialists, State Directors,
Federal Program Managers, and Regional Directors. These shall be
evaluated to identify strengths and weaknesses, and to identify and
eliminate inconsistencies in program implementation. Based on these
reviews, the contractor shall develop and test a package of remedial
actions to improve the uniformity, accountability, and quality control
of both the conduct and management of enforcement actions. In
developing the package, the contractor shall consider: the need for a
certification program for investigators, including classroom and
on-the-job training; improvements to management reports; use of peer
reviews; accountability requirements; and other improvements to both
headquarters and field management of the enforcement program. Interim
and final reports shall be required of various contractor activities.
($225,000) C. CONTRACT PERIOD. The preferred period of performance for
these research studies shall be no less than 9 months and no more than
36 months. D. SUBMISSION OF PROPOSALS: Offeror's proposals must be
received by 4:00 pm on June 10, 1996 at the Department of
Transportation addressed to Derek W. Karis, Contracting Officer,
Federal Highway Administration, 400 Seventh St., SW, Rm. 4410,
Washington, D.C. Submit one original and 9 copies of the proposal with
an accompanying copy on diskette in Wordperfect 6.0 with spreadsheats
in Microsoft Excel format. E. EVALUATION OF PROPOSALS AND AWARD.
Response: A government panel will evaluate each proposal, based on the
following equal factors: (1) The intrinsic merit of the proposal, (2)
The technical competency of the proposer, (3) The potential for
utilization of results, (4) Reasonableness of the initial cost
proposed, (5) Adequacy of proposed resources to complete the contract
requirements satisfactorily and on time, and (6) The past performance
of the proposer. After submission of proposals, the Government will
evaluate proposals in accordance with the evaluation factors to
establish a competitive range for oral presentations and further
discussions. The FHWA contemplates making a single award for each area
based upon the evaluation factors. The FHWA anticipates that all
awards will be made by the end of the Federal fiscal year (September
30, 1996). (0124) Loren Data Corp. http://www.ld.com (SYN# 0001 19960506\A-0001.SOL)
A - Research and Development Index Page
|
|