Download as pdf or txt
Download as pdf or txt
You are on page 1of 34

Title: Distraction: Portable electronic device interfaces

RFP Number: 693JJ923R000152

PART I - THE SCHEDULE


SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS

B.1 SUPPLIES/SERVICES

The Contractor shall furnish the necessary qualified personnel, facilities, materials, supplies,
equipment, and services to provide the National Highway Traffic Safety Administration
(NHTSA) with technical support for the project entitled “Distraction: Portable Electronic
Device Interfaces.” The Contractor shall fulfill the work requirements in accordance with
Statement of Objectives (SOO), Section C, and other terms and conditions of the Task Order.
All support provided to the Government shall be performed by Contractor employees or
personnel otherwise retained by the Contractor.

B.2 TYPE OF TASK ORDER & CEILING AMOUNT

The Government contemplates award of a Cost Type Task Order Non-Severable resulting from this
RFP.

The ceiling amount is $TBD (inclusive of all costs). In no event shall the Contractor exceed
the established Not-to-Exceed Ceiling Amount of the Task Order without the expressed
approval of the Contracting Officer.

The Task Order obligation amount is $TBD.

B.3 TYPE OF TASK ORDER & CEILING AMOUNT

The total value of this Task order is $TBD at award and shall cover the period of performance from:
Base Period: XXXXX XX, 2023 – XXXXX XX, 2028.

B.3.1 BASE PERIOD – from Award Date through sixty (60) months thereafter

Base Period Ceiling Amount $TBD

FROM: XX/XX/XX23 TO: XX/XX/XX28

Page 1 of 34
Title: Distraction: Portable electronic device interfaces
RFP Number: 693JJ923R000152
Loaded Fixed
Level of
Hourly
Labor Categories Effort Total Cost
Rate
(Hours)
Senior Technical Program Manager 1000
Senior Researcher 2987
Associate Researcher 2087
Assistant Researcher 600
Associate Statistician 400
Technical Editor 400

TOTAL LABOR COST

Other Direct Costs


Fringe
Overhead
Travel

Direct Materials
TOTAL CONSULTANTS
Subcontractors

G&A
TOTAL
(End of Section B)

Page 2 of 34
Title: Distraction: Portable electronic device interfaces
RFP Number: 693JJ923R000152
SECTION C - DESCRIPTION / SPECIFICATIONS / STATEMENT
OF OBJECTIVES

C.1 ACRONYMS

ATOA After Task Order Award


CO Contracting Officer
COR (TO) Contracting Officer’s Representative (Task Order)
DOT Department of Transportation
NHTSA National Highway Traffic Safety Administration
OMB Office of Management and Budget
OST Office of the Secretary of Transportation
SOO Statement of Objectives
SOW Statement of Work
PRA Paperwork Reduction Act
TO Task Order
USDOT United States Department of Transportation

C.2 BACKGROUND

The National Highway Traffic Safety Administration’s (NHTSA) mission is to save lives,
prevent injuries and reduce traffic-related health care and other economic costs. The agency
develops, promotes and implements effective educational, engineering and enforcement
programs with the goal of ending vehicle crash tragedies and reducing economic costs
associated with vehicle use and highway travel. Recent efforts at the United States
Department of Transportation (USDOT) emphasize funding in key areas of research to
improve motor vehicle safety, including driver distraction. To support this research, the
National Highway Traffic Safety Administration (NHTSA) has initiated the following
research initiatives.

Driver distraction can cause motor vehicle crashes that result in both injury and death. In
2014, NHTSA finalized the Visual-Manual NHTSA Driver Distraction Guidelines for In-
Vehicle Electronic Devices. These Guidelines cover original equipment (OE) in-vehicle
(i.e., integrated) electronic devices that are operated by the driver through visual manual
means. Since the release of these guidelines, the capabilities of native vehicle interfaces
have changed, including applications to interface directly with personal electronic devices
(i.e., mobile devices).

One goal of this task is to systematically evaluate the capabilities of interface applications
(e.g., Android Auto, Apple CarPlay) as they relate to native vehicle technology, ease of
use, and potential benefits of harmonization with familiar interfaces, as well as rapid
updates.

NHTSA seeks documentation of the present-day system capabilities of device interface


applications (e.g., Apple CarPlay, Android Auto, and other applications) to portable and
aftermarket electronic devices, and the secondary tasks capable of being performed through
such interfaces, including but not limited to: communications, entertainment, e-commerce,
Page 3 of 34
Title: Distraction: Portable electronic device interfaces
RFP Number: 693JJ923R000152
navigation tasks. This task seeks to characterize differences in the necessary driver
actions required to complete tasks using native vehicle technology, relative to device
interface applications (e.g., Apple CarPlay, Android Auto).

In addition to the research goal above, which focuses on general usability assessment,
NHSTA seeks empirical research addressing specific interface design elements, and the
cognitive and attentional mechanisms that may be impacted while performing tasks via
these interfaces. For example, Strayer et al. (2019) 1 measured cognitive demand during
use of in-vehicle information systems, and found those workload measures to vary as a
function of task and interface design. A subsequent goal of this task is to systematically
assess how different manufacturers integrate phones and phone use (explicitly
including text message displays, email displays, and auditory reading of messages),
and to characterize the impacts of those different interface design features on
cognition and attention.

C.3 TASK OVERVIEW

The “Distraction: Portable electronic device interfaces” project has multiple research goals,
described below.

The goal of this research plan is to prepare for research that will examine and characterize
portable and aftermarket electronic device use via interface applications using wired or
wireless connectivity (e.g., Apple Car Play, Android Auto). Four key aspects of the
interfaces should be considered: (1) general usability, (2) specific cognitive and attentional
mechanisms impacted, and (3) impact to safety-relevant metrics (e.g., eyes off road time).

To support this effort, offerors should consider the following questions:

Relative to legacy OEM interfaces, what tasks are enabled by interface applications
to portable and aftermarket electronic devices?
Relative to legacy OEM interfaces, what actions do interface applications require
drivers to perform to complete tasks? Do they comply with NHTSA visual-manual
distraction guidelines?
What cognitive (or attentional) mechanisms are impacted by these interface
applications? What is the impact to cognitive workload?
o NOTE: Offerors are encouraged to consider inclusion of both subjective (self-
report) and objective (e.g., eyetracking, psychophysiological) measures of
workload in their proposal.
Are there specific features of interface application designs that support efficient,
low-workload performance of tasks? What is the occurrence frequency of errors in
using these designs? What process is involved in error recovery? Do these designs
involve system-imposed time demands? Are there specific design features that do

1
Strayer, D.L., Cooper, J.M., Goethe, R.M. et al. (2019). Assessing the visual and cognitive demands of in-vehicle
information systems. Cognitive Research: Principles and Implications, 4, Article 18.
https://doi.org/10.1186/s41235-019-0166-3
Page 4 of 34
Title: Distraction: Portable electronic device interfaces
RFP Number: 693JJ923R000152
not support efficient, low-workload performance of tasks?
Do interface applications have the capability to allow the user to perform inherently
complex and workload intensive tasks? That is, do inherently complex and
workload intensive tasks exist in this context?
What is the impact to safety-relevant metrics (e.g., eyes off road time, lane position
and speed variability, critical event response) of performing tasks via interface
applications?

To avoid unnecessary duplication of work, the offerors should not discuss topics that
NHTSA is currently examining with other projects in the domain of driver distraction.
These topics include the following:

voice/speech-controlled interfaces, or
prevalence of secondary task performance.

C.4 SPECIFIC REQUIREMENTS

C.4.1 Kickoff Meeting

The Contractor shall coordinate with the COR (TO) and begin preparatory activities for
the Kickoff meeting immediately after Task Order award.

Within two (2) weeks ATOA, the Contractor shall meet with the COR (TO),
Contracting Officer, and other interested NHTSA personnel at USDOT HQ in
Washington, D.C. (or remote video conference). The purpose of this meeting is to:
(1) discuss the administration of the Task Order; and (2) to discuss the project’s
objectives, planned course of action, milestones and deliverables, the overall project
schedule and time allocations for each task, responsibilities of subcontractors and
individual staff members, anticipated resource allocations among the tasks, draft
research, analysis, and risk plans, initial options for conducting industry outreach, etc.,
and any other issues the Contractor or Government identifies. The Contractor shall
anticipate one (1) hour for this meeting.

C.4.2 Draft Project and Risk Management Plans

Within six (6) weeks ATOA, the Contractor submit Draft Project and Risk
Management Plans to the NHTSA COR (TO). The Principal Investigator (PI) shall
track technical progress, schedule of milestones and deliverables, resource
allocations, project expenses, and risk factors. Within two (2) weeks after receipt of
the draft documents, the NHTSA COR (TO) will provide recommended revisions to
the Contractor. Within two (2) week after receipt of the COR (TO) comments, the
Contractor shall submit the revised documents. Within two (2) weeks after receipt of
the revised documents, the COR (TO) will provide NHTSA approval of the final
project plans to the Contractor. The Contractor shall only begin the approved project
upon receipt of the NHTSA approved final project plan.

Page 5 of 34
Title: Distraction: Portable electronic device interfaces
RFP Number: 693JJ923R000152
C.4.3 Biweekly Project Meetings and Interim Status Briefings

Beginning one (1) month ATOA and recurring every two weeks thereafter, the COR
(TO) and the Contractor shall meet for 30-minute virtual (e.g., MS Teams) biweekly
meetings to discuss project status and progress. Individual meetings may be
cancelled by mutual agreement of the COR (TO) and the Contractor if there are no
priority issues to discuss, if the biweekly meeting is replaced by another meeting
(e.g., Interim Briefing or site visit), if there has been no notable project progress
(e.g., during PRA review process), or if an unresolvable scheduling conflict exists.

Every 4 months (i.e., with presentations requested below, this should start at month 8
ATOA), the contractor shall provide interim status briefings, to be held at NHTSA
HQ in Washington, D.C., virtually, or at other locations mutually agreed upon
between the COR (TO) and the Principal Investigator (PI). Contractors shall provide
briefing slides as a deliverable to the COR(TO). In addition, the PI shall maintain on-
going timely and accurate communications with the NHTSA COR (TO) on an as
needed basis. During the project, interactions with the NHTSA COR (TO) shall be
accomplished through scheduled phone conversations, informal site visits, and formal
technical exchange/program review briefings or other methods determined by the
Contractor.

C.4.4 Draft of Technology Scan: Portable Electronic Device Interface Capabilities

Within twelve (12) months ATOA, the Contractor shall submit a draft technology
scan (see Section C.3) to the NHTSA COR (TO). This technology scan should
describe commercially available portable electronic device interfaces to personal or
aftermarket electronic devices, and the tasks able to be performed via these interfaces
(e.g., make a telephone call to a specific individual, play music by a particular artist,
request navigation to a destination, etc.). The COR (TO) will provide comments and
recommended revisions within three (3) weeks after receipt of the draft. Within three
(3) weeks after receipt of the COR (TO) comments, the Contractor shall submit the
revised documents.

C.4.5 Presentation: Technology Scan: Portable Electronic Interface Capabilities

Within one (1) month after submission of the revised, final Technology Scan
document (see C.4.7), the Contractor shall present this information to the NHTSA
COR (TO). The Contractor shall prepare this presentation and the presentation slides
shall be a deliverable.

C.4.6 Draft Research Plan

Within fifteen (15) months ATOA, the Contractor shall submit a draft research plan, to
the COR (TO). The draft research plan shall include sufficient detail such that the
research plan could be understood and reproduced by other researchers. Within three (3)
weeks after receipt of the draft research plan, the COR (TO) will provide feedback and
recommended revisions (if required) to the Contractor. Each plan document shall be

Page 6 of 34
Title: Distraction: Portable electronic device interfaces
RFP Number: 693JJ923R000152
revised after NHTSA agency review and comment, along with a comments resolution
table, into a final version (see C.4.5).

C.4.7 Final Research Plan and Briefing

Within seventeen and one half (17.5) months ATOA, the Contractor shall submit the
final research plan, inclusive of all COR (TO) recommended revisions, and all
information required for submission for Office of Management and Budget (OMB)
Paperwork Reduction Act (PRA) review, to the COR (TO). Within eighteen (18)
months ATOA, the Contractor shall brief the NHTSA COR (TO) on the final
research plan in a briefing at NHTSA HQ in Washington, DC, or via a virtual
meeting.

C.4.8 Institutional Review Board and Paperwork Reduction Act Documentation

Within eighteen (18) months ATOA, the Contractor shall submit all documentation
required for the Contractor’s Institutional Review Board (IRB) human subjects
research review. Additionally, the Contractor shall submit, for all members of the
research team who will interact with participants, certificates of training from the
Department of Health and Human Services’ (HHS) Protecting Human Research
Participants (PHRP) training (https://phrptraining.com/), Collaborative Institutional
Training Initiative (CITI) training (https://about.citiprogram.org/), or equivalent
training as assessed by the COR (TO).

When approved by the IRB, the Contractor shall submit documentation of the IRB
approval (e.g., approval letter).

The research team shall also prepare the full set of materials (the “PRA package”) for
Paperwork Reduction Act (PRA) review, which include draft and final versions of
the 30 day notice, 60 day notice, Part A, Part B, Supporting Statements, Privacy
Threshold and Privacy Impact Assessments, and other materials as required. The
team shall also participate in virtual meetings as needed with NHTSA, OST, and
OMB as needed to secure PRA approval. Due to the nature of the PRA process, the
timeline for multiple revisions to the PRA package will vary depending on the
various review processes (and associated meetings) within NHTSA, OST, and OMB
but is generally 1 ½ to 2 years in total. The overall project plan shall include this
process, knowing that research requiring more than 9 participants cannot begin until
PRA approval is received. The research team shall plan for multiple rounds of edits,
meetings, and drafts prior to final PRA approval by OIRA/OMB.

C.4.9 Draft Final Report: Portable Electronic Device Interfaces

Within forty-two (42) months ATOA, the Contractor shall submit a draft final report
on portable electronic device interfaces (see Section C.3) to the COR (TO). This
report shall reflect execution of the research plan provided as deliverable C.4.5. The
report shall include a unique report title that that is suitable for publication (i.e., not the
TO title). Within three (3) weeks after receipt of the draft report, the COR (TO) will
Page 7 of 34
Title: Distraction: Portable electronic device interfaces
RFP Number: 693JJ923R000152
provide feedback and recommended revisions (if required) to the Contractor. The
report shall be revised after NHTSA agency review and address comments, including
a comment resolution table, with the final version of the report.

C.4.10 Final Report, Data Set, and Final Briefing: Portable Electronic Device Interfaces

Within forty-four and one half (44.5) months ATOA, the Contractor shall submit the
final report, inclusive of all COR (TO) recommended revisions, to the COR (TO).
The final report shall include a unique report title that that is suitable for publication.
Accompanying the final report shall be the final data set used for any analyses in the
report. This should include a data dictionary and any scripts or syntax used for
analyses, such that the analyses in the report could be replicated. Within forty-five (45)
months ATOA, the Contractor shall brief the NHTSA COR (TO) on the entire study
in a Final Briefing at NHTSA HQ in Washington, DC.

C.4.11 Monthly Progress Reports

Beginning thirty (30) days after Task Order award, the Contractor shall provide
forty-five (45) monthly project status reports to the COR (TO) by the 15th calendar day
of the month, following the month being reported. The purpose of this report is to
describe the status of the technical tasks, costs, and schedule. The monthly reports
shall include the following information:

General Information
Contractor name
NHTSA contract number
Task Order number
Project title
Period of performance
Reporting period
Name and phone number for the NHTSA COR (TO)
Name and phone number for NHTSA COR (IDIQ) (if different than
COR (TO))
Name and phone number for Project Manager

Project Status
Accomplishments made during the reporting period.
Plans for accomplishments in the next reporting period.
Problems that the Contractor has experienced in conducting their
services; and specific action that NHTSA should undertake to alleviate
a problem.
Remaining milestones and deliverables, and their status.
Monthly obligations and cumulative total to date.

Writing Guidelines

Each report shall provide information clearly, concisely, and in a logical manner.
Additionally, each report shall have consistent design, composition, and format, and shall be
Page 8 of 34
Title: Distraction: Portable electronic device interfaces
RFP Number: 693JJ923R000152
free of grammatical and spelling errors. Each report shall use standard transportation terminology
and definitions (e.g., SAE J3016). Each report, unless otherwise directed by the COR, shall
adhere to NHTSA’s editorial style guide (Swanson, W. C., & Jones, M. F. (2021, February).
NHTSA in-house editorial style guide (Revised) (Report No. DOT HS 812 689). National
Highway Traffic Safety Administration.). A copy of NHTSA’s editorial style guide will be
provided upon Award. In addition to NHTSA’s editorial style guide, NHTSA will provide
the Contractor with additional guidance that will provide the Contractor with stylistic
recommendations for producing an acceptable report under the Contract. For example, these
recommendations include but are not limited to:

Report language shall describe the scientific methodology used with sufficient detail
o Experimental design shall be clearly written so that others are able to replicate the
research
o Statistics and significant/non-significant findings shall be clearly reported.
Descriptions of statistical results shall include model specifications and analysis
software with version number. Descriptions of statistical methods shall distinguish
between analysis methods and assumptions specified prior to data collection and
analysis methods and assumptions specified during data analysis.
Conclusions shall be limited to observations that are closely tied to data (i.e., do not
make broadly applicable conclusions).
Text shall be written objectively using evidence-based statements.
Use of policy setting words shall be avoided (e.g., must, need, required, propose,
should, recommend, etc.)
The passive voice shall be used sparingly
Short, clear sentences are preferred over longer, more complex sentences
Tell the reader why the research is valuable in the executive summary
Reports shall be accessible to individuals with vision impairments and shall comply
with the requirements of Section 508 of the Rehabilitation Act.
o For example, to support readers with color vision deficiencies, authors shall use
color in graphics only in a way supplementary to shapes and symbols, and shall
not depend on color alone to differentiate elements of a chart or graph.
The performing contractor name, or research institute shall not appear outside of the
front matter.
Reports must not use vernacular synonyms for specific technical terms (e.g.
‘rotary’ or ‘traffic circle’ to describe what is specifically a ‘roundabout’)
The report shall be void of unnecessary branding or imagery that may appear to
promote and/or endorse a specific product or vendor
Statements of fact, especially in background or literature review sections, shall be
properly supported with citations
Deliverables intended for publication or external audiences shall be reviewed and edited by
a Technical Editor prior to submission to the COR.

(End of Section C)
Page 9 of 34
Title: Distraction: Portable electronic device interfaces
RFP Number: 693JJ923R000152

SECTION D - PACKAGING AND MARKING

The terms and conditions the Base IDIQ will be observed under this Task Order, as
applicable.

(End of Section of D)

SECTION E - INSPECTION AND ACCEPTANCE

The terms and conditions under the Base IDIQ will be observed under this Task Order, as
applicable.

(End of Section E)

Page 10 of 34
Title: Distraction: Portable electronic device interfaces
RFP Number: 693JJ923R000152
SECTION F - DELIVERIES OR PERFORMANCE

The terms and conditions under the Base IDIQ will be observed under this Task Order, as
applicable.

F.1 PERIOD OF PERFORMANCE

The period of performance for this Task Order is for sixty (60) months from the date of the
Task Order award.

From: XXXXX XX, 2023 through XXXXX XX, 2028

F.2 PLACE OF PERFROMANCE

The work to be performed under this Task Order shall be accomplished at the Contractor’s
facility.

F.3 PERFORMANCE MILESTONES AND DELIVERABLES

All deliverables are subject to COR (TO) review and approval, and changes may be
required. The Contractor shall immediately notify the COR (TO) of any problems that
might delay the completion of a requirement. Note that only the Contracting Officer (CO)
has the authority to modify the contract.

The following deliverables apply to this Task Order and are considered important to the
successful completion of the Task Order.

The basic schedule outlined in the following table is an estimate. Final milestones and
deliverables will depend on the proposals and could vary depending on the approach. The
schedule will be finalized and replaced with agreed upon milestones and deliverables
before Task Order award.

Item Section Deliverables/Milestones Due Date/After Task


No. No. Order Award (ATOA)
1 C.4.1 Kick-off meeting (M) Within 2 weeks ATOA

Draft Project and Risk Management Plans Within 6 weeks


2 C.4.2 (D) ATOA
COR (TO) provides feedback on Draft Within 2 weeks after
3 C.4.2 Project and Risk Management Plans (M) receipt of Draft Plans
Submit Revised Project, Risk Management Within 2 weeks after
4 C.4.2 Plans (D) receipt of COR (TO)
comments

Page 11 of 34
Title: Distraction: Portable electronic device interfaces
RFP Number: 693JJ923R000152
Within 2 weeks
5 C.4.2 NHTSA Approval of Final Plans (M) after receipt of
Revised Plans
Every 4 months (i.e.,
6 C.4.3 Interim Status Briefings at NHTSA HQ (M) starting at month 8
ATOA) until the
delivery of C.4.4.
7 C.4.4 Draft Technology Scan: Portable Electronic Within 12 months
Device Interfaces (D) ATOA
8 C.4.4 COR (TO) provides feedback on Draft Within 2 weeks after
Technology Scan (M) receipt of Draft Tech
Scan
9 C.4.4 Within 2 weeks after
Submit Revised Technology Scan (D) receipt of COR (TO)
comments
C.4.5 Within one (1) month
10 Presentation: Technology Scan (D) after submission of
revised Tech Scan
C.4.6 Draft Research Plan (D) Within 15 months
11 ATOA

12 C.4.6 COR (TO) provides feedback on Draft Within 3 weeks after


Research Plan (M) receipt of Draft
Research Plan
13 C.4.7 Final Research Plan (D) Within 17.5 months
ATOA
14 C.4.7 Final Research Plan Briefing (D) Within 18 months
ATOA
15 Institutional Review Board and Paperwork Within 18 months
C.4.8 Reduction Act documentation (D) ATOA
16 C.4.9 Draft Final Report: Portable Electronic Device Within 42 months
Interfaces (D) ATOA
COR (TO) provides feedback on Draft Final Within 3 weeks after
17 C.4.9 Report (M) receipt of Draft Final
Report
Final Report and Data Set: Portable Within 44.5 months
18 C.4.10 Electronic Device Interfaces (D) ATOA
Final Briefing: Portable Electronic Device Within 45 months
19 C.4.10 Interfaces (D) ATOA
15th calendar day of
each month following
20 C.4.11 Monthly Progress Reports (D) the month being
reported, beginning
30 days ATOA

Page 12 of 34
Title: Distraction: Portable electronic device interfaces
RFP Number: 693JJ923R000152

F.4 PLACE OF DELIVERY

Unless otherwise specified, all deliverables shall be delivered electronically, under


transmittal letter, to the assigned COR (TO) at the following address:

ITEM ADDRESS
NOS.
1-19 DOT/National Highway Traffic Safety Administration
Human Factors, Engineering Integration Division (NSR-
310) ATTN: TBD, COR (TO)
1200 New Jersey Ave., SE, Room TBD
Washington, D.C. 20590
E-mail: TBD
Phone: TBD
19 DOT/National Highway Traffic Safety Administration
Office of Acquisition Management (OAM), NFO-300
Attention: TBD,
Contracting Officer
1200 New Jersey Avenue, S.E., TBD Washington, D.C.
20590
E-mail: TBD
Phone: TBD

F.5 SPECIFICATIONS FOR ELECTRONIC FILES

Electronic files containing final reports required under this Task Order shall be provided in
accordance with the following:

SPECIFICATIONS:

Electronic Master File: An electronic version of the final report shall be used as the “Master”
report final copy. All hard-copy reports shall be generated from this electronic master file. A
copy of the electronic master file shall be provided to NHTSA.

SYSTEM COMPATIBILITY:

All electronic files submitted must be compatible with the latest Windows operating system. For
the period of performance of this Task Order, unless otherwise specified, the following
requirements apply:

1. Software Application: The software application used to store the electronic file version of the
final report (the Master File) shall be compatible with the latest version of Microsoft Word,
currently in use at NHTSA.
2. Printer: The report must print in the correct format, i.e. correct pagination, adequate test and
image quality, etc., when printed using any LaserJet printer.
3. Storage Medium: All electronic report copies shall be submitted on a USB flash drive, a
compact disc (CD), or sent electronically as an e-mail attachment or posted on a secure website
Page 13 of 34
Title: Distraction: Portable electronic device interfaces
RFP Number: 693JJ923R000152
for downloading. Reports can be zipped, i.e. compressed, to save memory space as required.
The discs or e-mail attachments may contain a single report or multiple reports.
4. Image Formats: All images (photographs, charts, graphs, etc.) contained within a test report
shall be imbedded in the report in a JPEG, TIFF, or a compatible Microsoft Office program
(Excel, PowerPoint, and Outlook) file format. Photographs and plots should not be provided
separately.

If a photograph is supplied by an outside source (contractor, grantee, national organization,


etc.), the Contractor shall include a release form indicating that the human subjects in the photo
authorize NHTSA to use the photo in its publications and on its Internet site.

NHTSA reserves the right to change the hardware and software requirements stated above.

F.6 COMPLIANCE WITH REHABILITATION ACT

The Contractor may be required to ensure that electronic documents it prepares will meet
the requirements of Section 508 of the Rehabilitation Act. The Rehabilitation Act requires
that all electronic products prepared for the Federal Government be accessible to persons with
disabilities, including those with vision, hearing, cognitive, and mobility impairments.
When an electronic document developed under this effort have been identified by NHTSA
as necessary and required to meet the requirements of Section 508, it is understood that all
reasonable costs incurred by the Contractor that are associated with meeting the
requirements for Section 508 compliance with be fully reimbursed by the Government.

The Contractor should review Section 508 of the Rehabilitation Act


(http://www.accessboard.gov/508.htm) and the Federal IT Accessibility Initiative (Home Page)
(http://section508.gov/) further information on these requirements.

Page 14 of 34
Title: Distraction: Portable electronic device interfaces
RFP Number: 693JJ923R000152

SECTION G - CONTRACT ADMINISTRATION DATA

The terms and conditions under Base IDIQ will be observed under this Task Order, as applicable.

G.1 PAYMENT/COST REIMBURSEMENT

Upon the Government’s acceptance of the items delivered, the Contractor may submit a request
for payment in the amount of (See SECTION B). The government will render payment to the
contractor within 30 days from the receipt of an acceptable invoice.

G.2 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS

Definitions. As used in this clause—

(1) Contract financing payment has the meaning given in FAR 32.001.
(2) Payment request means a bill, voucher, invoice, or request for contract financing
payment or invoice payment with associated supporting documentation. The payment
request must comply with the requirements identified in FAR 32.905(b), “Content of
Invoices,” this clause, and the applicable Payment clause included in this contract.
(3) Electronic form means an automated system transmitting information electronically
according to the accepted electronic data transmission methods and formats identified
in paragraph (c) of this clause. Facsimile, email, and scanned documents are not
acceptable electronic forms for submission of payment requests.
(4) Invoice payment has the meaning given in FAR 32.001.
a. Electronic payment requests. Except as provided in paragraph (e) of
this clause, the contractor shall submit payment requests in electronic
form. Purchases paid with a Governmentwide commercial purchase
card are considered to be an electronic transaction for purposes of this
rule, and therefore no additional electronic invoice submission is
required.
b. The Department of Transportation utilizes the Delphi eInvoicing web-
portal for processing invoices. For vendors submitting invoices, and
certain grantees submitting payment requests, they will be required to
submit invoices to Operating Agency (NHTSA) electronically via the
Delphi eInvoicing web-portal which is accessed via
https://einvoice.esc.gov, and is authenticated via www.login.gov. All
persons accessing the Delphi eInvoicing web-portal will be required to
have their own unique user Delphi eInvoicing ID and be credentialed
through login.gov. See www.login.gov for instructions.
c. In order to receive payment and in accordance with the Prompt
Payment Act, all invoices submitted as attachments in the Delphi
eInvoicing web- portal must contain the following:
i. Invoice number and invoice date.
ii. Period of performance covered by invoice.
iii. Contract number and title.
Page 15 of 34
Title: Distraction: Portable electronic device interfaces
RFP Number: 693JJ923R000152
iv. Task/Delivery Order number and title (if applicable).
v. Amount billed (by CLIN), current and cumulative.
vi. Total ($) of billing.
vii. Cumulative total billed for all contract work to date.
viii. Name, title, phone number, and mailing address of
person to be contacted in the event of a defective
invoice.

If the contract includes allowances for travel, all invoices which include charges pertaining
to travel expenses will catalog a breakdown of reimbursable expenses with the appropriate
receipts to substantiate the travel expenses.

(1) Electronic authentication. See www.login.gov for instructions. Click on the following
link for instructions on establishing a login.gov account: https://login.gov/help/.
(2) To create a login.gov account, the user will need a valid email address and a working
phone number. The user will create a password and then login.gov will reply with an
email confirming the email address.
(3) Agency POC’s will be responsible for communicating with vendor POC’s to initiate
the Delphi eInvoicing account creation process. Vendor POC’s who will require
access to the eInvoicing web-portal for invoice submission and payment tracking
purposes will be required to provide their full name, valid email address, and current
phone number to the agency POC to initiate the Delphi eInvoicing web-portal
account. Vendor users and the agency POC will be notified via e-mail when the
account is created. The vendor user will be provided detailed instructions for logging
into their Delphi eInvoicing account.
(4) Training on Delphi. To facilitate use of DELPHI, comprehensive user information is
available at http://einvoice.esc.gov.
(5) Account Management. Vendors are responsible to contact the Delphi Help Desk
when their firm’s points of contacts will no longer be submitting invoices, so they
can be removed from the system. Instructions for contacting the Delphi Help Desk
can be found at http://einvoice.esc.gov

* NHTSA vendors will submit invoices to NHTSA electronically via the Delphi eInvoicing
web- portal. To initiate this process, you are requested to provide NHTSA with the
following information (company name, contract/task order number/purchase order [PO]
number, and up to two Points of Contact [POC] full names and their email addresses) as
shown on the table below.

NHTSA Primary Primary Primary Secondary Secondary Secondary


Company Contract # / POC POC POC POC POC Last POC
Name Task Order First Last Email First Name Email
# Name Name Name

Email the above information to the following email address: NHTSAISPVendors@dot.gov

Page 16 of 34
Title: Distraction: Portable electronic device interfaces
RFP Number: 693JJ923R000152
Please note that the POCs you provide are the individuals you authorize to submit invoices
to NHTSA on behalf of your company. Your POCs will then receive a welcome letter from
Delphi eInvoicing processing center with instructions on creating a Login.gov user account.
This account can then be used to access the eInvoicing web-portal.

G.3 TRAVEL AND PER DIEM RATES

It is expected that, from time to time as set forth in the requirements detailed in Section C,
the Contractor will be required to travel to NHTSA in Washington, D.C., to accomplish the
goals set forth within the Statement of Objectives. It is also acknowledged that travel may be
required by the Contractor and its subcontractors (if any) to assist in the performance of this
work or to attend meetings or other project activities initiated by the COR (TO).

Travel costs will be reimbursed in accordance with FAR Part 31.

The Contractor shall obtain COR (TO)/CO approval before scheduling any travel unless
specifically stated otherwise in the Task Order. Travel and Per Diem authorized under this
Task Order shall be reimbursed in accordance with the Government Travel Regulations
currently in effect.

Travel requirements under this Task Order shall be met using the most economical form of
transportation available. If economy class transportation is not available, the request for
payment voucher must be submitted with justification for use of higher class travel indicating
dates, times, and flight numbers. All travel shall be scheduled sufficiently in advance to take
advantage of offered discount rates, unless authorized by the COR (TO).

G.4 CONTRACTING OFFICER’S REPRESENTATIVE TASK ORDER (COR (TO))

The Contracting Officer will designate a COR (TO) to assist in monitoring the work under
this Task Order. The COR (TO) is responsible for the technical administration of the Task
Order and technical liaison with the Contractor. The COR (TO) IS NOT AUTHORIZED
to change the scope of work or specifications as stated in this Task Order, to make any
commitments or otherwise obligate the Government, or to authorize any changes which affect
the Task Order price, delivery schedule, period of performance or other terms or conditions.

The Contracting Officer is the only individual who can legally commit or obligate the
Government for the expenditure of public funds. The technical administration of this Task
Order shall not be construed to authorize the revision of the terms and conditions of this Task
Order. The Contracting Officer will authorize any such revision in writing.

G.5 DESIGNATION OF COR (TO)

The NHTSA designated COR (TO) is TBD.

While this list is not exhaustive, some of the major responsibilities of the COR (TO) are as
follows. Specifically:

Page 17 of 34
Title: Distraction: Portable electronic device interfaces
RFP Number: 693JJ923R000152
To provide information and technical assistance from available Government
resources as determined appropriate by the COR (TO).

To provide liaison with other Government/private agencies as appropriate; and,

To stimulate the exchange of ideas and information among recipients of related


projects through periodic meetings.

Complete POC information for the COR (TO) will be provided below:

DOT/NHTSA
TBD, NSR-310
1200 New Jersey Avenue, SE, WXX-XXX
Washington, DC 20590
Telephone: TBD
E-mail: TBD

G.6 DESIGNATION OF ALTERNATE COR (TO)

In the event that the COR (TO) of record (identified in G.5 above) is unavailable for a
period of time during which the Contractor requires technical guidance or during which
other COR (TO) duties must be fulfilled, then the person identified below has been
designated by the NHTSA Contracting Officer to perform those duties as the Alternate COR
(TO).

DOT/NHTSA
TBD, NSR-310
1200 New Jersey Ave SE, WXX-XXX
Washington, DC 20590
Telephone: (202) 366-XXXX
E-mail: TBD@dot.gov

G.7 CONTRACTOR TASK ORDER PROJECT MANAGER

The Contractor shall appoint a Project Manager who will be the Contractor’s authorized
supervisor for technical and administrative work performed under this Task Order. The Project
Manager shall act as the single point of contact between the Contractor and the COR (TO) or
other duly authorized of the Government representative under the Task Order.

The Project Manager shall receive and execute, on behalf of the Contractor, such technical
assignment directives as the COR (TO), or other duly authorized representative, may issue
within the terms and conditions of the Task Order.

Complete POC information for the Task Order Project Manager is provided below: TBD

Page 18 of 34
Title: Distraction: Portable electronic device interfaces
RFP Number: 693JJ923R000152
G.8 KEY PERSONNEL

G.8.1 Project Manager

The Contractor shall appoint a Project Manager who will be the Contractor’s authorized
supervisor for technical and administrative work performed under the Task Order. The Project
Manager shall act as the single point of contact between the Contractor and the NHTSA COR or
other duly authorized representative of the Government under the Task Order.

The Project Manager shall receive and execute, on behalf of the Contractor, such technical
assignment directives as the COR, or his duly authorized representative, may issue within the
terms and conditions of the Task Order.

The Program Manager for this Task Order:

TBD

G.8.2 TAR 1252.237-73 KEY PERSONNEL (APR 2005)

The personnel as specified below are considered essential to the work being performed under this
Task Order and may, with the consent of the contracting parties, be changed from time to time
during the course of the Contract by adding or deleting personnel, as appropriate.

Before removing, replacing, or diverting any of the specified individuals, the Contractor shall
notify the Contracting Officer, in writing, before the change becomes effective. The Contractor
shall submit information to support the proposed action to enable the Contracting Officer to
evaluate the potential impact of the change on the Task Order. The Contractor shall not remove
or replace personnel under this Contract until the Contracting Officer approves the change.

The Key Personnel for this Task Order are:

_____________
Name Title

G.7 SUBCONTRACTS – ADVANCE NOTIFICATION AND CONSENT______________

Under this Task Order, the requirements of FAR 44.2, CONSENT TO SUBCONTRACTS,
have been fulfilled for the following subcontracts:

TBD at award

Any future change or revision to the Statement of Objectives or other applicable aspects of this
contract shall include the subcontract(s) only to the extent that performance of the subcontract(s)
is directly affected by the change or revision.

(End of Section G)
Page 19 of 34
Title: Distraction: Portable electronic device interfaces
RFP Number: 693JJ923R000152

SECTION H – SPECIAL CONTRACT REQUIREMENTS

The terms and conditions under Base IDIQ will be observed under this Task Order, as applicable.

(End of Section H)

Page 20 of 34
Title: Distraction: Portable electronic device interfaces
RFP Number: 693JJ923R000152

PART II – CONTRACT CLAUSES

SECTION I - CONTRACT

CLAUSES

The terms and conditions under the Base IDIQ contract will be observed under this Task
Order, as applicable.

(End of Section I)

Page 21 of 34
Title: Distraction: Portable electronic device interfaces
RFP Number: 693JJ923R000152

PART III - LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS

SECTION J – LIST OF ATTACHMENTS

Exhibits Title Number of Pages

E.1 Cost Proposal Template

Attachments Title Number of Pages

J.1 Past Performance Questionnaire 4

J.2 Question and Answer Grid 1

(End of Section J)

Page 22 of 34
Title: Distraction: Portable electronic device interfaces
RFP Number: 693JJ923R000152

PART IV - REPRESENTATIONS AND INSTRUCTIONS


SECTION K – REPRESENTATIONS, CERTIFICATIONS, AND OTHER
STATEMENTS OF OFFERORS OR RESPONDENTS

The terms and conditions under the Base IDIQ contract will be observed under this Task
Order, as applicable.

(End of Section K)

Page 23 of 34
Title: Distraction: Portable electronic device interfaces
RFP Number: 693JJ923R000152

SECTION L – INSTRUCTIONS, CONDITIONS, AND NOTICES TO THE


OFFERORS OR RESPONDENTS

L.1 PROPOSAL DELIVERY

1. Questions: All questions concerning the RFP shall be submitted electronically to Danna
Brooks, Contract Specialist, via email at NHTSAOAM@dot.gov no later than 1:00 PM
Friday, April 28, 2023, in order for responses to questions to be conveyed in a timely
manner. No telephone requests will be entertained. Responses to questions will be provided
via email. Offerors shall include RFP Number TBD in the subject line. Offerors shall submit
questions in the form of an electronic file attachment in Microsoft WORD format and shall
include at a minimum, company name, address, point of contact, phone number and a
reference point for where the question originated.

For example:
SOW Section C.5.2, “entitled…”
Question: (State the Question)

2. Offerors shall acknowledge receipt of all amendments, if any, to the Solicitation.

Amendment or Cancellation of Solicitation: NHTSA reserves the right to amend or cancel


this solicitation as necessary to meet NHTSA requirements.

Communication: Until a formal notice of award is issued, no communication by the


Government either written or oral shall be interpreted as a promise that an award will be
made.

When/Where/How to Submit: Each Offeror shall submit their technical and price/cost
proposals electronically to Danna Brooks, Contracting Specialist, via email to
NHTSAOAM@dot.gov , no later than 3:00 PM, Tuesday, May 23, 2023.

**NOTE: If electronic submission is not possible, one (1) Flash Drive copy of the
Technical Proposal and one (1) Flash Drive copy of the Business/Cost Proposal may be
submitted by mail to the address listed below. However, it is the Offeror’s sole
responsibility to ensure the timely submission/delivery of proposals.

Department of Transportation
National Highway Traffic Safety Administration
Office of Acquisition Management
Attn: Danna Brooks
1200 New Jersey Ave, SE, W44-135
Washington, DC 20590
Page 24 of 34
Title: Distraction: Portable electronic device interfaces
RFP Number: 693JJ923R000152

L.2 FAR 52.216-1 TYPE OF CONTRACT (APR 1984)

The Government anticipates award of a Cost type Task Order as a result of this solicitation.

L.3 PROPOSAL FORMAT

The Offeror shall submit/present the Technical and Price/Cost Proposals as two (2) separate
volumes:

VOLUME I – TECHNICAL PROPOSAL

Part I: Technical Approach and Program Management


Plan Part II: Qualifications of Project Personnel

The Technical Proposal shall contain a cover sheet that clearly identifies the
Offeror’s name, RFP number TBD, and date.
The electronic submission(s) shall be submitted in a format compatible with
Microsoft Office.
Page Limit: 25 (Resumes are limited to 2 pages each and are not included in
the Technical Proposal Page Limit).
No cost/price data shall be included in Volume I: Technical Proposal.

VOLUME II – PRICE/COST/BUSINESS PROPOSAL

The Price/Cost/Business Proposal should contain a cover sheet that clearly identifies
the Offeror’s name, RFP number TBD, and date.
The electronic submission(s) of the Price/Cost Proposals shall be submitted in a
format compatible with Microsoft Office 2016. The electronic submission shall
allow the Government to interact with the data.
Subcontractor cost/pricing shall be submitted in the same format and level of detail as
the prime Contractor’s proposal.
Supporting Documentation for ODC Indirect Costs (if applicable) shall be provided.
The SF-33 must be signed by an authorized official of the company and included
as part of the Cost/Business proposal.

Page 25 of 34
Title: Distraction: Portable electronic device interfaces
RFP Number: 693JJ923R000152

Page Limit: None


Note: NHTSA will not be liable for the failure to read and/or evaluate a business
(cost/price) proposal that contains a virus and/or similar problem.

L.4 TECHNICAL PROPOSAL INSTRUCTIONS

A written technical proposal is required for this RFP. The technical proposal shall not
exceed 25 pages and shall be bound separately from the business proposal. The Technical
Proposal, Volume I, will be evaluated in accordance with Section M.2. Volume I: Technical
Proposal shall be submitted in two (2) parts:

Part I: Technical Approach and Program Management


Plan Part II: Qualifications Project Personnel

Price/cost information shall not be provided in the forwarding letter or in any part of the
technical proposal.

L.4.1 PART I: Technical Approach and Program Management Plan

The technical proposal shall demonstrate the Offeror’s thorough understanding of the
key technical issues involved in this Task Order; the logistical requirements to
successfully conduct the Task Order; and the Offeror’s strategy for completing the
effort. In addition to demonstrating knowledge of tasks described in Sections C.3.1,
C.3.2, and C.3.3, the technical proposal shall demonstrate procedural knowledge of
PRA by discussing necessary steps and identifying procedural bottlenecks.

The technical proposal shall be clear, complete, reasonable, and feasible and the
Offeror’s proposed approach shall include work activities for both phases. This section
shall include a description of proposed schedule as well as all milestones and
deliverables. The technical proposal shall demonstrate the Offeror’s approach and work
plan for achieving the overall Task Order objectives. Regarding specifics of the
schedule, Offerors:

Shall use the schedule provided in this RFP for delivery of C.4.1 through C.4.5
May alter the schedule in this RFP for C.4.5 through C.4.9. The total period of
performance shall not exceed 48 months.
Shall propose interim milestones and/or deliverables for PRA that demonstrate
knowledge of PRA

The Offeror’s technical proposal shall provide detailed information on the proposed
project preparatory activities, implementation activities, and quality control
procedures. Offerors shall provide information indicating a plan for overall
management of the project. This shall include a strategy to ensure that work and
Page 26 of 34
Title: Distraction: Portable electronic device interfaces
RFP Number: 693JJ923R000152
deliverables are satisfactory, within budget, and on schedule. This shall also include a
risk management plan including the identification of potential issues that may arise
during the conduct of the project and strategies for handling risks and opportunities.

The program management plan shall demonstrate how Offerors will manage and
coordinate with subcontractor and consultants, if used. The management plan shall
describe the Offeror’s staffing and organizational approach to the project including
designation of the Task Order project manager and other key staff and subcontractors.
This also includes the Offeror’s plan for managing the task order; meeting the task
requirements and schedules; meeting performance measures; and communicating with
the NHTSA COR (TO).

Offerors shall develop the Performance Work Statement (i.e. Offeror’s solution) for
accomplishing the objectives of the solicitation. Offerors shall develop the
performance metrics and a measurement plan, and a quality assurance plan for
accomplishing the objectives of the solicitation.

L.4.2 PART II: Qualifications Project Personnel

The technical proposal shall demonstrate the quality of the Offeror’s proposed
professional and technical personnel (including any proposed subcontractor
personnel). This includes identifying qualified staff in key positions under the Task
Order which indicates a level of experience that ensures the ability to successfully
complete the work. NHTSA will review the qualifications of the proposed staff to
ensure a depth of technical background relevant to the effort, particularly of the
proposed project manager.

Also, the Offeror should demonstrate that there is sufficient permanent staff
available to successfully perform the work and that key project professional and
technical personnel are available to NHTSA during Task Order performance. The
personnel plan shall demonstrate the readiness of the team to begin work upon
award.

The technical proposal shall demonstrate the skill level of the proposed staff and
describe their contributions to the requirements specified in the proposed Statement
of Objectives. Names and brief descriptions of all proposed personnel shall be
provided. For example, experience in the following suggested areas: Human factors in
the driving domain, driver distraction, research design, data reduction, data quality
techniques, statistical analysis, measurement of mental/cognitive workload,
psychophysiology, and technical report writing.

The technical proposal shall include resumes for proposed personnel. Resumes
should be limited to two (2) pages per person. The Resumes should include information
on education, background, and recent work experience.

Page 27 of 34
Title: Distraction: Portable electronic device interfaces
RFP Number: 693JJ923R000152
L.5 COST/BUSINESS PROPOSAL INSTRUCTIONS

This volume shall be separate from Volume I and shall contain all pricing information as
described below.

L.5.1 Cost/Price Information Assumptions:

Offerors shall support their total cost for the objectives and task(s) outlined in the
Statement of Objectives (SOO), Section C and the proposed Performance Work
Statement, and shall contain the Offeror’s best terms from a cost standpoint with
applicable discounts for consideration of the total effort. The cost proposal shall be
prepared in accordance with the Offeror’s accounting system and practices and the
format of the Cost Proposal template provided as Exhibit E.1. The Cost/Business
Proposal shall illustrate cost data by cost element (material, labor, indirect costs, etc.)
used to develop the Loaded Fixed Rate. Further, the proposed cost shall be
summarized by task.

L.5.2 Cost/Price Information Breakdown:

Cost Proposals shall include, at a minimum, all costs by task under Section C for the
following categories:

1. Labor Rates/Categories: Provide labor rates/categories for all proposed staff.


Please include the number of hours needed to complete each task. Proposal should
also include yearly escalation rates. Anticipated promotions for any personnel shall be
included with the escalation calculation. The Government encourages Offerors to
propose rates consistent with those in the base contract. The Government
encourages Offerors to provide price discounts. The number of hours needed to
complete each task must be included.

2. Subcontracts/Consultants [as appropriate]: Offerors shall include


subcontract information to be evaluated when proposing
subcontractors/independent consultants (e.g. name, labor rates, etc.).
a. Name and address of the Subcontractor or consultant;

b. Identify the position and the portion of the work to be completed;

c. Extent to which adequate price competition was obtained, or justification in


its absence. This information should be in a Negotiation Memorandum
Format describing the Prime Contractors approach for identifying appropriate
subcontractors and/or consultants inclusive of methods used to determine cost
reasonableness.
d. Statement as to whether the proposed Subcontractor is on the list of Parties
Excluded from Federal Procurement and Non-Procurement Programs.
e. Cost proposal inclusive of any supporting documentation needed to

Page 28 of 34
Title: Distraction: Portable electronic device interfaces
RFP Number: 693JJ923R000152
substantiate proposed rates, hours, and overall costs. Note: Prime
Contractors/Offerors are responsible for performing a cost reasonableness
analysis on all its proposed Subcontractors and Consultants in accordance with
FAR 15.404-3 and this analysis should be included in the Negotiation
Memorandum described above in Section c.
f. Letters of Commitment from the Subcontractor/Consultants indicating their
intent to participate in the project.

3. Other Direct Costs (ODCs): This category includes materials, equipment, etc.
Offerors shall consolidate ODCs into one line item. However, a separate schedule
shall be provided to breakdown ODCs. The schedule shall provide a detailed
itemization of each ODC proposed and shall also provide rationale for the need of
each item.

NOTE:

The Contractor shall obtain the COR (TO’s) written approval prior to purchasing
items under this Task Order. The Contractor shall submit a copy of all receipts with
the monthly invoices for reimbursement.

4. Travel: All travel cost proposed shall be in accordance with the Federal Travel
Regulations (FTR). Offerors shall consolidate travel costs into one line item.

5. Right of Examination: By submitting a proposal, an Offeror, shall grant the CO


or an Authorized Representative the right to examine any books, records, documents
or other supporting data that will permit adequate evaluation of the proposed cost.
This right may be exercised at any time before award. NHTSA may use an
independent Contractor to conduct the cost analysis.

Other Divisions: If other divisions, subsidiaries and parent/affiliated companies will


perform work or furnish materials under this proposed contract, please provide the name,
location, and inter-company pricing agreement for evaluation.

L.5.3 Estimated Level of Effort


For proposal purposes, the following is the Government’s estimated level of effort to
complete the Task Order. The Government’s estimated range for this work is
$750,000 to $900,000. This estimate is provided for informational purposes and is not
intended as a floor or ceiling of the potential offer. These estimates are advisory and
Offerors shall propose the appropriate hours and labor required to meet the
requirements of the solicitation.

Page 29 of 34
Title: Distraction: Portable electronic device interfaces
RFP Number: 693JJ923R000152

Labor Category Estimated No.


Hours
Senior Technical Program 1000
Manager
Senior Researcher 2087
Associate Researcher 2087

Assistant Researcher 600


Associate Statistician 400
Technical Editor 400
Total Estimated Hours 6574

(End of Section L)

Page 30 of 34
Title: Distraction: Portable electronic device interfaces
RFP Number: 693JJ923R000152
SECTION M – EVALUATION FACTORS FOR AWARD

M.1 GENERAL PROCEDURES FOR AWARD

A. Evaluation Process: The evaluation process consists of two separate phases.

PHASE ONE - The Offeror’s technical proposal will be evaluated for technical
merit according to the criteria set forth in M.2, EVALUATION CRITERIA. NHTSA
must determine the technical offer to be “technically acceptable” for consideration
of award.

The Evaluation Criteria set forth in M.2 will be used in evaluating technical
proposals. Guidance on the requirements and contents of the proposal is provided in
Section L – Instructions, Conditions, and Notices to Offerors or Respondents.

PHASE TWO - The Offerors proposed prices/costs will be evaluated in accordance


with Section M.3, PRICE/COST AND OTHER BUSINESS FACTORS. The review of
Offerors prices will be made independently of the technical review.

B. Exchanges with Offerors: The Government reserves the right to award a Task Order
immediately following the evaluation of the initial offer, and may not require discussions or
negotiations. Therefore, it is critical that the initial offer be fully responsive to this Solicitation
and that it contains the Offeror’s best terms.

Clarification questions, if needed, will be sent to Offerors. Clarifications are limited


exchanges between the Government and Offerors that may occur when award without
discussions is contemplated.

The Government may conduct written or oral discussions with Offerors, if technically
acceptable. Discussions and Negotiations will be conducted to the extent deemed necessary
by the Government. Information obtained during discussions may be considered by the
Government in the evaluation and best value decision.

C. Source Selection and Basis for Award: Source selection will be made in accordance with
the guidelines of the Federal Acquisition Regulation (FAR), the Department of
Transportation Acquisition Regulation and this solicitation.

Award of a Task Order resulting from this solicitation shall be made to an Offeror whose
proposal, conforming to the requirements of this solicitation, represents the best value to the
Government. The Government will use a tradeoff analysis when making the best value
determination and award. In making this determination, the Government is not confined to
making an award to either the Offeror submitting the highest-rated technical proposal or the
lowest-priced proposal, although the Government may award to either.

The Contracting Officer is the only individual who can legally commit or obligate the
Government to the expenditure of public funds. No cost chargeable to the proposed Task
Page 31 of 34
Title: Distraction: Portable electronic device interfaces
RFP Number: 693JJ923R000152
Order can be incurred before receipt of a fully executed Task Order or specific written
authorization from the Contracting Officer.

M.2 EVALUATION CRITERIA

The Technical Evaluation Committee (TEC) will evaluate and score each proposal in
accordance with L.4 and the elements discussed below. All factors and sub-factors are
listed in descending order of importance.

All technical evaluation factors, when combined are significantly more important than
price.

M.2.1 Technical Approach and Program Management Plan

Offerors will be evaluated on how well the proposal demonstrate the Offeror’s
thorough understanding of the key technical issues involved in this Task Order; the
logistical requirements to successfully conduct the Task Order; and the Offeror’s
strategy for completing the effort. In addition to demonstrating knowledge of tasks
described in Sections C.3, the technical proposal shall demonstrate procedural
knowledge of PRA by discussing necessary steps and identifying procedural bottlenecks.

Offerors will be evaluated on how well the technical proposal shall be clear, complete,
reasonable, and feasible and the Offeror’s proposed approach shall include work
activities for both phases.

Offerors will be evaluated on how well the proposal describes and defends choices
regarding the schedule, milestones, and deliverables. The technical proposal shall
demonstrate the Offeror’s approach and work plan for achieving the overall Task Order
objectives. Regarding specifics of the schedule, Offerors:
Shall use the schedule provided in this RFP through C.4.5.
May alter the schedule in this RFP for C.4.6 through C.4.9. The total period of
performance shall not exceed 48 months.
Shall propose interim milestones and/or deliverables for PRA that demonstrate
knowledge of PRA

Offerors will be evaluated on how well the proposal provides detailed information on
the proposed project preparatory activities, implementation activities, and quality
control procedures. This includes discussion of:

a plan for overall management of the project


a strategy to ensure that work and deliverables are satisfactory, within budget,
and on schedule
a risk management plan including the identification of potential issues that may
arise during the conduct of the project
description of the rationale for research methods and metrics proposed (e.g.,
indicators of cognitive workload)
strategies for handling risks and opportunities.
Page 32 of 34
Title: Distraction: Portable electronic device interfaces
RFP Number: 693JJ923R000152

Offerors will be evaluated on how the Offerors will manage and coordinate with
subcontractor and consultants, if used. The management plan shall describe the
Offeror’s staffing and organizational approach to the project including designation of
the Task Order project manager and other key staff and subcontractors. This also
includes the Offeror’s plan for managing the task order; meeting the task requirements
and schedules; meeting performance measures; and communicating with the NHTSA
COR (TO).

Offerors will be evaluated on how well the proposal develops the Performance Work
Statement (i.e. Offeror’s solution) for accomplishing the objectives of the solicitation.
Offerors shall develop the performance metrics and a measurement plan, and a quality
assurance plan for accomplishing the objectives of the solicitation.

M.2.2 Qualifications of Project Personnel


Offerors will be evaluated on the extent to which proposed personnel have expertise
and work-related experience in the areas of human factors in the driving domain,
research design, driver distraction, measurement, data reduction, data quality
techniques, statistical analysis, research, and report writing. Offerors will be evaluated
on the extent to which the education, experience, and availability of key technical
personnel is demonstrated. Offerors will be evaluated on the extent to which the
Offeror provides a list of proposed staff members that details their background and
proposed role in this project. Offerors will be evaluated on the extent to which the
proposal identifies which subcontractors (if any) will be involved.

Sub-contractors (if applicable) will be evaluated to the same standards as above.

Offerors proposed performance metrics and a measurement plan, and quality


assurance plan will be evaluated for completeness, feasibility, and reasonableness.

M.3 PRICE/COST AND OTHER BUSINESS FACTORS


Price/cost and other business factors will be evaluated separately and applied in the
determination of Best Value. The completeness and accuracy of cost/price schedules will be
reviewed. A determination will be made as to whether the Offeror has properly understood
the cost/price instructions and provided a complete price for all the requirements.

The proposed prices/costs will be evaluated but not scored. The cost evaluation will be
based on cost analysis, price reasonableness and comparison with the independent government
estimate. An evaluation of the Offeror’s cost/price proposal will be made to determine if it is
reasonable for the work to be performed, realistic, complete, reflects a clear understanding
of the requirements, and is consistent with the technical proposal.

Offers which are unrealistic in terms of technical approach or unrealistically low in cost(s)
and/or price will be deemed reflective of an inherent lack of technical competency or
indicative of failure to comprehend the complexity of the task order requirements and may
be eliminated from further consideration.

Page 33 of 34
Title: Distraction: Portable electronic device interfaces
RFP Number: 693JJ923R000152
Cost/price risk refers to any aspect of an Offeror’s proposal that could have significant
negative cost consequences for the Government. The proposal will be assessed to identify
potential risk. Where risk is assessed, it may be described in qualitative terms or used as a
best-value discriminator.

(End of Section M)

Page 34 of 34

You might also like