Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2002 FBO #0369
MODIFICATION

B -- Audit of Safety Status Measurements

Notice Date
12/4/2002
 
Notice Type
Modification
 
Contracting Office
Department of Transportation, Transportation Administrative Service Center (TASC), TASC Acquisition Services Division, 400 7th Street SW, Room 5106, Washington, DC, 20590
 
ZIP Code
20590
 
Solicitation Number
DTTS59-03-Q-00010
 
Archive Date
2/15/2003
 
Point of Contact
Phaedra Johnson, Contracting Officer, Phone (202) 366-0742, Fax (202) 366-9848,
 
E-Mail Address
phaedra.johnson@tasc.dot.gov
 
Description
Please note below RFC's for this Solicitation 1. I would like to confirm the number of hours allocated for this audit study. Is it indeed 120 hours? A: The number of hours allocated to the work of the outside consultant is indeed 120 hours. 2. Do you wish to receive full proposals or merely quotes by November 25, 2002? A No Proposals are due December 9, 2002 at 12 noon. A full proposal is needed not to exceed 10 pages for technical excluding resumes and a cost proposal. 3. "Work will require periodic meetings at Office of Inspector General offices in Washington, D.C. and may require occasional meetings in Boston, MA." a.) Are these meetings included in the 120 hour effort limit stated above? b.) Are these trips to be priced separately? c.) If priced separately, are the travel days and the meeting days to be treated as separate from the main evaluation effort? A. a.) All meeting time is included in the 120 hour limit stated above. b.) Trips are not to be priced separately. c) Travel is to be treated separately from the 120 hour limit but as noted above, meeting time is included in the 120 hour limit. 4. Please provide proposal format and page number limitation? A See answer to question 2. 5. What is the evaluation criteria for this effort. A Award will be made to the responsible offeror whose offer, conforming to this solicitation, is determined to be in the best interest of the Government, price and other factors considered. The Government reserves the right to award a contract to other than the low offeror. The following criteria will all be weighted the same Technical Approach, Past Performance, Cost, Experience and Qualifications. CONSULTING SERVICES TO ASSIST IN AN AUDIT ON THE SAFETY STATUS MEASUREMENT SYSTEM (SAFESTAT) IN ACCORDANCE WITH SOW BELOW: Statement of Work for Outside Consultant on Audit of Safety Status Measurement (SafeStat) System I. General Information A. The Safety Status Measurement System (SafeStat) is an automated analysis system that uses data on crashes, roadside truck or bus inspections, and on-site compliance reviews to measure the relative safety fitness of interstate motor carriers. The system uses extensive data that is maintained by the Federal Motor Carrier Safety Administration (FMCSA). This includes records on over 600,000 motor carriers, annual reports on approximately 110,000 bus and truck crashes, and results from over 10,000 compliance reviews conducted annually. B. Congress has requested that the Office of Inspector General (OIG), Department of Transportation conduct a comprehensive independent investigation of SafeStat. The Congressional request specifically asks that the OIG review the validity and objectivity of the methodology employed by SafeStat and the quality of the data used in calculating the SafeStat ratings. Failure to have sufficient expertise to analyze the complex computer model used and the large amount of information processed by the system will make it difficult to provide a credible reply to all the Congressional concerns by March 2003, which is the time period specified in the request. II. Scope of Work The work requires expertise in statistical sampling and quantitative methods as well as familiarity with the requirements for conducting audits using computer applications. Specifically, the contractor will be required to: A. Assist in the assessment and replication of an effectiveness study performed in 1998 by the Volpe National Transportation Systems Center. This includes critiquing the assumptions and methods used in the earlier study and identifying an appropriate methodology to use for comparing crash rates between motor carriers identified by SafeStat and those that were not. B. Recommend methods to use to examine the validity of the SafeStat model, to include, but not limited to, tests for ensuring that any interdependence among the model?s elements are accounted for to guard against double counting of the risk factors. C. Provide recommendations, as required, for conducting tests of the computer applications that process the algorithms used for the SafeStat model. D. Assist in the development of a statistical sample of data used by SafeStat to determine the degree to which data is not complete, accurate, or timely. This includes assisting with the identification of different strata, determining appropriate sample size, and identifying appropriate methods for selecting the sample. An adequate sampling plan is needed given the extensive data and source material that must be analyzed to respond to the Congressional request. E. Assist in the assessment of industry concerns about bias in the SafeStat system against certain geographic regions or industry sectors. Recommend analysis using appropriate statistical tools to quantify the degree and significance of interstate differences in data reporting. F. Evaluate preliminary results and conclusions formulated by the audit team and determine if there are any errors in the execution of the sample selection methodology and in the extrapolation of results to the overall population. G. Recommend adjustments to the sample or to the review plan based on the audit team?s findings during the course of the review. H. As required, serve as expert witness before Congress or Departmental officials to provide credible support and explanation for the reviews methodology and conclusions. I. Work to be performed under the contract is not to exceed 120 hours. III. Deliverables The contractor shall deliver 2 written deliverables, in hard copy or disks as required, identifying the following: A. Deliverable #1: (a) Recommended methods for replicating prior study and assessment of assumptions and methods used in prior study. (b) Recommended methods to use in assessing the validity of the SafeStat model. (c) Evaluation of stratification plan and sample selection methodology developed by audit team for meeting the objectives of the review. B. Deliverable #2: (a) Evaluation of team results to identify errors in sample size, sample election, or in the extrapolations made to the overall population. (b) Evaluation of team results to identify additional work needed to validate the SafeStat model or more fully assess prior study results. Due Dates for all deliverables to be established by the audit team following contract award. Work will require periodic meetings at Office of Inspector General offices in Washington, D.C. and may require occasional meetings in Boston, MA. Any travel costs submitted must conform to Government regulations and will be reimbursed based on actual costs incurred. IV. Period of Performance The period of performance shall be between established in the approved audit plan. At this time it is expected to be between November 2002 and April 2003. V. RFC -Request for Clarifications The RFC shall be e-mailed to Phaedra.johnson@tasc.dot.gov NLT November 25, 2002 by 12 noon. This Qoute will result in one award based on best value. If interested in this Qoute please e-mail phaedra.johnson@tasc.dot.gov for evaluation criteria.
 
Place of Performance
Address: DOT/OIG/JA-40, 400 SEVENTH STREET SW, ROOM 9201, WASHINGTON DC
Zip Code: 20590
Country: UNITED STATES
 
Record
SN00216370-W 20021206/021205073937 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.