Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

B -- Transit System Efficiency (CAD/AVL) Signage and Performance Measures ProjectYosemite National Park, CA This is being advertised under GSA EBuy RFQ #RFQ614299

Notice Date
9/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
DSC-CS Contracting Services Division National Park ServiceP.O. Box 25287 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
P11PA23000
 
Archive Date
9/7/2012
 
Point of Contact
Kirsten A. McDill Contract Specialist 3039876766 kirsten_mcdill@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This is a combined Synopsis /Solicitation for CAD/AVL and any other Open Market Items in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The estimated period of performance is from September 2011 through September 2016. The North American Industrial Classification (NAICS) Code is 541512, with a small business size standard of $21 million. Small Business concerns are requested to provide a competitive proposal for the above-referenced project. The GSA Contractor will be responsible for selecting the subcontractor. Call Order P11PD25651 was solicited under GSA Schedule for SIN #871-1 Strategic Planning for Technology Programs/Activities, SIN #874-1 Consulting Services and SIN #899-1 Environmental Planning Services and Documents. Work consists of providing Transit System Efficiency (CAD/AVL) Signage and Performance Measures Project in Yosemite National Park, California. Scope of WorkYOSE has limited opportunities to build additional transportation infrastructure; therefore, to accommodate increasing visitation the park must implement measures to encourage mode shift and improve congestion management. The project area for this scope of work includes the shuttle bus systems in Yosemite Valley, Wawona, South Entrance, Badger Pass and Tioga Road. The Contractor will be responsible for three interrelated activities to improve transit efficiency and transit-related visitor services in three key areas: 1. Feasibility, design, purchase, installation, testing and technical support for an integrated transit computer aided dispatch/ automatic vehicle location (CAD/AVL) system 2. Feasibility, evaluation and design of real-time visitor information electronic signage 3. Development of transit system performance measures related to the two above areas CAD/AVL SystemYosemite's transit buses have communication technology capabilities that are not being utilized (see Attachment B for technical specifications for Yosemite fleet, transit dispatch and signs). A new CAD/AVL system will support operations management for the shuttle systems owned by the park and operated by Delaware North Corporation. Through Computer Aided Dispatch (CAD) and Automatic Vehicle Locators (AVL) technology, the park's transit system can be monitored to show places on the shuttle route where adjustments can be made to improve the operations and/or efficiency of the service, and improve information on shuttle arrival times to park visitors. Real-Time Transit Electronic Signage A visitor information system and corresponding (static and electronic) signage and/or applications will be developed for YOSE for the shuttle bus systems in Yosemite, including the Valley, Mariposa Grove, Wawona, South Entrance, Badger Pass and Tioga Road. Yosemite's shuttle stop signs do not currently have ITS capabilities. Most Valley shuttle stops have electricity available, 2 stops in Tuolumne have electricity (the store and the Visitor Center), as well as the shuttle stop at the Wawona Store and at Badger Pass. All other locations do not have electricity. This task order will explore options for how best to provide real time transit information to visitors in connection with the CAD/AVL system. Data Collection Protocols and Performance Measures Develop performance measures, calculate performance values based on available data, and prepare recommendations for on-going data collection and data management in association with the CAD / AVL system and transit signage for visitors. SCOPE OF WORKThe Contractor shall provide all materials, supplies, personnel, supervision, coordination, and management necessary to complete the work described in this task order. The CONTRACTOR shall perform all necessary technical analyses, quality control measures, and perform other work as required to produce the products and services as specified. All work performed shall comply with applicable laws, regulations, and NPS policies and guidelines, and the terms of the Blanket Purchase Agreement. TASK 1 - PROJECT MANAGEMENT 1.1 Kick-off Meeting and Project Approach After the task order is issued, a preliminary project kick-off discussion by phone will occur between the Contractor, YOSE, and the Pacific West Regional Office, to introduce team members, discuss the project background and context, confirm roles and responsibilities, review the scope and any potential modifications, identify any outstanding technical issues, and articulate park objectives for the project. The CONTRACTOR will create the following: a project schedule (MS Project) which includes a date for all draft and final deliverables, milestones, quality management plan, any proposed modifications to the scope of work that results in efficiency of operations and or cost savings to the park. Park prefers that all the CAD/AVL system work described in this scope of work be completed by May 30, 2012. 1.2 Attend Project Meetings a. bi-weekly meetings with the COR and Project Manager to address project progress, obstacles and challenges (Ccontractor will supply agendas and conference call-in numbers, and distribute meeting summaries for review and approval) b. provide quarterly briefings to senior park staff on project status 1.3 Conduct Project Administrationa. monitor progress, schedule, budget and quality management planb. prepare invoices, including: monthly project reports by task and budget burn rate DELIVERABLES:1. Project Approach technical report (draft and final), including schedule and MS Project components2. Meeting notes 3. Monthly project reports4. Quarterly briefings TASK 2 - IDENTIFY FEASIBILITY, OPPORTUNITIES AND CONSTRAINTSFor this task, the CONTRACTOR will conduct initial planning for the project. During this stage, the CONTRACTOR will investigate and confirm requirements for minimum hardware and software components to provide transit electronic signage, explore potential models for system architecture, and investigate potential add-ons to the CAD/AVL system with potential value to park staff operations, system efficiency and/or park visitors - particularly transit signage. Initial planning will include the development of draft performance measures which will help the park achieve its transportation objectives. 2.1 CAD/AVL Requirements DefinitionDevelop requirements for the CAD/AVL system to support management of the Yosemite shuttle bus operations. Activities will include review and assessment of existing infrastructure that could be leveraged for this project, meeting with key project stakeholders, and developing system requirements for CAD/AVL. The existing infrastructure review and assessment will investigate on-board shuttle equipment, data/voice communications infrastructure, and central dispatch operations facilities. Key stakeholders include YOSE (Park) staff, Delaware North Corporation (DNC) staff, and CAD/AVL vendor/consultant to finalize the scope of work for a "base" CAD/AVL system (i.e., does not include public information components or ties to YOSE TMS). These system requirements are expected to address the following: Onboard equipment/firmware, Dispatch workstations/software, Communications Configuration for Voice radio communications and Data radio, System Security, Standard FTA and Management Reporting, and Data integration and archiving. In addition to the requirements, an overall system assessment of the needs for a base CAD/AVL system will be developed with a cost estimate for installation. 2.2 Visitor Information System Enhancements Work with park staff to identify objectives and potential features for the visitor information system enhancements. Define the range of options for transit system electronic signage compatible with CAD/AVL technology, and any upgrades/changes to existing software/hardware configurations that will be needed to link these systems together. Also, examine existing electrical supply and telephony availability at the bus stops, and the potential and logistics that would be needed to add these services where they are not already available. Explore feasibility of linking the electronic bus sign features to Smartphone applications. 2.3 Performance measures Will be based on the guidance developed by the Pacific West Region alternative transportation program workgroup and must be appropriate for a rural, small -scale transit system, and may include issues such as: - Effectiveness (number of trips per vehicle hour)- Efficiency (cost per trip, passengers per vehicle hour)- Quality (speed, safety, reliability and quality of visitor experience) - Impact (resource preservation, economic impact to the community, and decrease in carbon footprint) DELIVERABLES:1. Technical report: CAD/AVL System Needs Assessment and Requirements 2. Technical report: Transit System Signage Needs Assessment 3. Technical report: Potential performance measures TASK 3 - Create Alternatives (3) and Select PreferredIn consultation with the park, the Contractor shall develop three feasible project alternatives. The alternatives will include design of the system architecture, visitor information features, and analysis of each alternative's capital, and operations and maintenance costs from five years after purchase and installation, and a list of special skills needed to support the system and corresponding park full-time employees (and/or contracted technical support) that would be required to keep the system running in good working order. COMPONENTS:Create Action Alternatives (3) Contractor will create three alternatives that will include the following components: - schematic design concepts showing hardware, software, electricity, telephony, and any other infrastructure elements needed to implement each alternative- Class C estimates for capital cost. Also included will be an estimate of operations and maintenance including technical support personnel, over a five year period (Total Cost of Ownership), along with any recommendations for long-term technical support needed to keep the system(s) running in good working order and to handle routine software and/or hardware upgrades- pros and cons of each alternative in written format and summarized in chart format- potential protocol for data collection and management, and performance measures- risk analysis 3.1 Prepare and Conduct a Value Analysis Workshop The Contractor shall plan and conduct a park workshop to evaluate the alternatives and, through a systematic evaluation framework, identify a preferred alternative. Utilizing Value Analysis (VA) tools (e.g., value-based decision making processes, alternatives evaluation and comparison processes, etc.), workshop participants from the park, and will participate in an alternative screening, comparison, and selection process. The Contractor shall facilitate, conduct, and document the workshop (2 people/1 day) using a facilitator/moderator with experience in VA facilitation (for information please see http://construction.den.nps.gov/va.cfm). The workshop will be held in the park. The Contractor shall provide all workshop materials (e.g., agendas, informational handouts, PowerPoint presentation, VA templates to use as a starting point, etc.). The outcome of the Value Analysis will be a preferred alternative, which may be a combination of the original three alternatives. DELIVERABLE:1. VA Workshop Summary Report with preferred alternative TASK 4 - CREATE IMPLEMENTATION PLANThe implementation plan will ensure park concurrence of the Contractor's proposal for the orderly purchase, installation and testing process of the CAD/AVL components needed to implement the preferred alternative. Using the results of the VA workshop, the Contractor will create an Implementation Plan that provides a 'roadmap' for the steps, schedule, and activities needed complete the project. The plan will include detailed information regarding the following: - final system architecture and design- any required permits or licenses, costs and approval process- all required equipment (software, hardware, other), costs, manufacturer and availability- all locations where additional spatial requirements are needed (ex. transit dispatch)- all locations where additional infrastructure (telephony and/or electricity) is needed and how the Contractor proposes that these resources are established at each site- full-time employees (or equivalent) and their functional responsibilities needed to run the system- schedule for purchase, installation, system integration, testing and monitoring - proposal for Contractor's coordination of training bus drivers, dispatchers, and other park staff and how this will be conducted The implementation plan will also finalize the data collection protocol and performance measures, based on results from the Value Analysis, the park's transportation objectives, examples from other NPS transit systems, and industry standards for transit and ITS. DELIVERABLES:1. Implementation Plan including phasing/sequencing of purchase and installation for the CAD/AVL system and future tasks related to transit signage based on availability of funding and coordination with other related park projects. TASK 5 - PURCHASE, INSTALL AND TEST CAD/AVL EQUIPMENT Contractor will be responsible for the purchase, installation and testing of the system, in accordance with the Implementation Plan. Prior to purchasing any equipment, the Contractor must receive written consent from the Project Manager and Contracting Officer's Representative. Contractor will oversee the installation of all equipment installation and testing from the time of equipment purchase through system acceptance by NPS. The following subtasks will be performed by the Contractor to support the purchase, installation and testing of the Transit CAD/AVL System: 1. CAD/AVL Equipment Procurementa. Prepare equipment list and installation/integration requirements, and submit to the CAD/AVL vendor/consultant, developed around the set of system requirements from the preferred alternative.b. Review draft CAD/AVL System Design and support Park approval process to enable Contractor to procure equipment and begin the Installation process. 2. CAD/AVL Installation a. Project Administrative Management Support. Oversee the delivery, installation, integration, testing, acceptance and implementation of the base system. Integration will include onboard systems, central systems and communications. The Contractor will oversee the work of the CAD/AVL vendor/consultant including the following actions: i. Change order managementii. Configuration managementiii. Preliminary and final design reviewsiv. Technical reviews of submittalsv. Coordination of access to Park resources as neededvi. Meetings between vendor/consultants, Park and DNC for CAD/AVL software configuration and customization featuresvii. Comment resolutions between Park, DNC and vendor/consultants 3. System Implementation Plan Review. Before actual installation work begins, the Contractor will review an integration plan prepared by the CAD/AVL vendor/consultant that details the steps and responsibilities during the installation, integration and on-site testing processes. This will include system customization and configuration processes, followed by system integration. The plan will provide a schedule and detailed expectations for all parties during the process. 4. Testing Program Review and Test Witnessing. The Contractor will review a testing program submitted by the CAD/AVL vendor/consultant and participate in witnessing execution of the agreed testing program (including tracking to ensure that all system requirements are fully demonstrated as the basis for system acceptance). The testing program will include the following stages: a. Factory acceptance testing (pre-installation testing)b. Partial fleet system testing (mini-fleet testing)c. Full fleet system testing (system acceptance testing)d. Initial operational period testing (burn-in testing) 5. System documentation. The Contractor will review CAD/AVL system user, Systems Administrator, and Maintenance Manuals submitted by the CAD/AVL vendor consultant. The User Manual will lead the reader through all system functionality with step-by-step scenarios. The Systems Administrator Manual will provide system configuration and parameters, and technical support. The Maintenance Manual will include installation and as-built documentation, and procedures for preventative maintenance and component replacement. 6. Staff training. The Contractor will oversee Training to be provided on site for Users, System Administrators and Maintenance staff by the CAD/AVL vendor/consultant. Trainees will be provided with hard copies of the training documentation, as well as the appropriate manuals. 7. Post Installation Technical Assistance (OPTIONAL TASK) Contractor will provide technical assistance (troubleshooting) for installed hardware and software for a period of one year after the park accepts the system Deliverables: 1. CAD/AVL Equipment List and Installation/Integration Requirements 2. Installed equipment and integrated system 3. Documentation verifying CAD/AVL vendor/consultant's demonstration of all contract requirements via agreed test procedures.4. User, System Administrator and Maintenance CAD/AVL Manual comments5. Training & Documentation completion by CAD/AVL vendor/consultant6. Post Installation Technical Assistance (implementation of this task should be costed/itemized as an optional item). TASK 6 - Design Transit Signage and Visitor Information System 6.1 Visitor Information System Design Options The Consulatant shall design the visitor information to implement the preferred alternative from the Value Analysis, options/enhancements and integrate with existing Park and concession dispatch and information systems and equipment. 6.2 Identify infrastructure Electricity, telephony, etc. needed to implement real-time, electronic transit signage at all shuttle stops in the Yosemite Valley, any infrastructure not yet in place. 6.3 Prepare schematic designs for the transit signage system 6.4 Prepare revised Class C cost estimates for the transit system signage 6.5 Prepare equipment list and timetable for installation and testing DELIVERABLES:1. Design of transit signage system for visitors PROJECT SCHEDULEProject schedule to be proposed by the Contractor, final schedule to be developed following the kick-off workshop in Task 1. The park expects installation, testing and training for the CAD/AVL system to be completed prior to April 2012, with the entire scope of work complete by April 2013. QUALITY CONTROL From project initiation through project close-out, the Contractor shall coordinate (schedule, develop agenda, and chair) bi-weekly conference calls to maintain regular contact with the park to monitor contract performance and resolve issues in a timely fashion. The Contractor shall discuss project progress with the Project Manager/COR and any items that will lead to project success. The Contractor shall maintain the project scope and budget, and prepare regular project invoices. This includes identifying and communicating potential budget, scope, or schedule issues as they might emerge during the project and preparing and submitting monthly budget, project status reports, and invoices to the Contracting Officer. The Contractor is responsible for ensuring the quality, technical accuracy, and completeness of all draft and final deliverables prior to submission to the Government. The Contractor shall ensure that all draft and final deliverables have been reviewed for technical adequacy, consistency, professional and copy quality, and readability. The Contractor shall carefully check for and eliminate arithmetical, grammatical, and typographic errors. GOVERNMENT FURNISHED MATERIALS The National Park Service will provide the following information for Contractor use: "Cellular Coverage Study" from Digital Recorders (which concluded that the only area within Yosemite with sufficient coverage for AVL operations is Yosemite Valley, Pacific West Region alternative transportation program guidance for performance measures DELIVERABLESAll deliverables specified in this call order must be delivered in both draft and final versions. Meeting notes will be submitted within two calendar days of the meeting. Draft versions of all non-meeting note submittals will be delivered in electronic format only, and park staff will have 14 calendar days to review all drafts. For meeting notes, park staff will have three calendar days to review. Final draft will be delivered in electronic format (editable versions compatible with park software such as Word) as well as a printed version (with five (5) hard copies). Individual deliverables are listed within each task. TRAVELAll travel and other direct costs required for performance in connection with the services rendered under this task are included in the fixed price of this task order. Travel will be authorized for this project for the following activities: 1. Kick-off meeting and field inspection of buses, transit stops and signs and transit dispatch (one trip, 2 people, 5 days including travel to/from park)2. VA workshop (one trip, 2 people, 5 days including travel to/from park)3. Installation and testing (CAD/AVL only, three trips, 2 people, 5 days including travel to/from park) This combined Synopsis/Solicitation is for the CAD/AVL and any other Open Market Items; the services are all to be provided under the GSA contract. If you are interested, please submit a price proposal to a GSA Contractor proposing on this contract. Questions regarding this RFQ MUST be submitted via email to kirsten_mcdill@nps.gov by COB September 12, 2011. Proposals must be submitted via E-Buy only no later than Noon, September 19, 2011. Do not submit proposals via email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PA23000/listing.html)
 
Place of Performance
Address: Yosemite National Park, California
Zip Code: 953890577
 
Record
SN02566807-W 20110910/110908235452-ad553bc14ffb459abeaf5a16de306124 (fbodaily.com)
 
Source
FedBizOpps 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.