FEDERAL RAILROAD ADMINISTRATION
RAILROAD SAFETY INFORMATION MANAGE MENT SUPPORT SERVICES
POSTING FOR FEDERAL BUSINESS OPPORTUNITIES
PRE-SOLICITATION NOTICE
SYNOPSIS
SOLICITATION NUMBER DTFR5315R00105
The U.S. Department of Transportation (USDOT), Federal Railroad Administration (FRA), Office of Railroad Safety intends to issue a solicitation for its safety data management support services requirement, herein referred to as Railroad Safety Information Management Support Services (RSIMSS).
The FRA maintains railroad safety data dating back to 1975 as part of its safety mission. The reporting, data management, and data analysis processes have evolved over time into an overarching safety data program known as the Railroad Safety Information System (RSIS). This data is collected through mandatory railroad reporting, voluntary reporting, and FRA and State inspection reporting. The data is comprised of accident/incident data, grade crossing inventory data, inspection and accident investigation data, and other plans and reports. The majority of safety data collected and managed via the RSIS program is regulation data. This data is mandated to be collected and maintained by the Office of Railroad Safety (specifically, FRA Chief Safety Officer) and has the specifics regarding format and submission method detailed through the rulemaking process. RSIS is comprised of a series of subsystems for housing and processing various data types with some integration across datasets. The principal subsystems include:
•· Railroad Accident/Incident Reporting System (RAIRS) comprising railroad accident/incident data, highway-rail collision data, operational data, and injury and illness data required under 49 CFR Part 225
•· Railroad Inspection Reporting System (RIRS) comprising compliance and enforcement data including defects and proposed violations collected through FRA and State inspections
•· Highway-Rail Grade Crossing Inventory System (GCIS) comprising inventory, equipment, and characteristic information about highway-rail crossing intersections
The FRA has a goal to maintain and streamline operations related to the data collection, processing, and distribution of the railroad safety data using and enhancing the value of that data through more openness and transparency. The RSIMSS will enable FRA to perform the requisite planning, analysis, and enhancement with an emphasis on streamlining the data collection processes from a business perspective. The optimization of processes and integration of datasets will shift the paradigm of the safety data collection program and will require modern, flexible solutions that can be accessed from a variety of methods across data stakeholder groups. The RSIMSS will enable FRA to achieve the following objectives:
•- * Advance the railroad safety data management program to meet current and future safety data and information needs of the inspection, enforcement, compliance, accident/incident, and grade crossing inventory regulatory requirements
•- * Provide comprehensive regulatory support for maintaining current and future safety data collection requirements and developing and implementing new regulatory data requirements
•- * Support operational and business process updates to maximize efficiency, safety data quality, safety data analysis, and information availability
•- * Ensure the best practical and cost-effective technology tools are applied to meet FRA's current and future safety data management and analysis needs, through a continuous improvement process
•- *Ensure uninterrupted FRA safety data mission delivery to the FRA data stakeholders and citizens and,
•- *Ensure proper maintenance of the RSIS data management programs and tools and providing transparent input to FRA's change management processes, investment lifecycle processes, and security processes
Finally, the RSIMSS will include the following support service areas to support the overall contract objectives:
The contractor should have experience with modern data analysis tools including graphical visualizations, dashboards, data mashups, and other techniques for communicating complex information in simple and easy to understand reports. The contractor should also be familiar with the state-of-the-art and understand industry best practices to provide recommendations for the appropriate tool or technique for the requested outcome and have experience performing alternatives analysis and business case analysis to back up the recommendation.
The solicitation is anticipated to be a Statement of Objectives following FAR 37.602. Offerors will be expected to provide innovative approaches in their Performance Work Statements and Quality Assurance Surveillance Plans. This solicitation is a 100% 8(a) small business set-aside. The 8(a) contractor must be serviced by the Washington, D.C. District Office and must be the Capability Maturity Model Integration (CMMI) Level 2 (or higher) certified.
This acquisition will be solicited using procedures in Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiation, pursuant to FAR Part 12, Acquisition of Commercial Items. All qualified companies may submit a proposal, which shall be considered by the agency.
The Government's intent is to award a single Indefinite Delivery Indefinite Quantity contract vehicle with the issuance of Firm-Fixed Price and Labor Hour Task Orders, with award anticipated on or about November 30,2015, utilizing a Performance Work Statement (PWS). The RSIMSS acquisition shall provide for a basic contract effort of a base period of twelve (12) months with four (4) additional twelve (12) month option periods. The NAICS code for this requirement is 541513 - Computer Facilities Management Services.
Any interested contractor must be registered in the System for Award Management (SAM) at www.sam.gov. Any prospective offeror's SAM registration must include the applicable NAICS code 541513 for this acquisition.
The solicitation or Request for Proposal (RFP) will be distributed solely through the Federal Business Opportunities website at www.fbo.gov. The due date and time for submission of proposals will be specified in the solicitation. The solicitation will be available on or before June 30, 2015, subject to change. Offerors shall be responsible for monitoring the website for amendments to the solicitation until it closes. The RFP must be retrieved and downloaded from Federal Business Opportunities at www.fbo.gov. No hard copies of the RFP will be issued. All amendments will be posted and must be retrieved from this website. No solicitation mailing list will be compiled. Hand‐delivered and mailed submissions of proposals will not be accepted. Proposals must be sent electronically via email submission no later than the date and time specified in the solicitation.