Asphalt Pavement Reflective Cracking Modeling
THIS IS A Sources Sought Notice. This notice is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP or Broad Agency An... THIS IS A Sources Sought Notice. This notice is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP or Broad Agency Announcement (BAA). The notice does not commit the Federal Highway Administration (FHWA) to contract for any supply or service. The FHWA is not at this time seeking proposals. Responders are advised that the FHWA will not pay any cost incurred in response to this notice. All costs associated with responding to this notice will be solely at the interested party’s expense. Not responding to this notice does not preclude participation in any future RFP or BAA. The information provided in this notice is subject to change and is not binding on the FHWA. All submissions become the property of the FHWA and will not be returned. TITLE: “FlexPAVETM Asphalt Pavement Reflective Cracking Model to Better Address Rehabilitation Design and Performance” BACKGROUND: FHWA has developed mechanistically based models to predict the cracking and rutting performance of asphalt pavement mixtures. These models form the basis of the asphalt performance related specification (PRS) development effort and are being implemented into a FlexPAVETM software program for analyzing pavements and predicting distress. Benefits of PRS and the models include (1) use of material characterization using dynamic modulus and cyclic fatigue tests for all cracking distresses compared to different test methods required for different cracking types, (2) accuracy of pavement performance simulation and distress prediction, and (3) the applicability for the models to be used beyond PRS; such as for pavement design strategies. Existing PRS modeling efforts have focused on top down fatigue cracking, bottom up fatigue cracking, rutting in individual layers, and thermal cracking distress of both new pavement construction and rehabilitation projects. In current form, the PRS methodology can be applied to rehabilitation projects for these distresses found in newly constructed pavements. To be fully applicable for the analysis of asphalt pavement overlays, FlexPAVETM needs augmented with an asphalt reflective cracking distress model for its mechanistically based performance modeling and distress prediction. SYNOPSIS: The FHWA has a requirement for research to support PRS development efforts. The objective of this research is to assess the current asphalt pavement reflective cracking models and develop an approach to augment the FlexPAVETM software with a mechanistically based reflective cracking model; that is consistent with existing FlexPAVETM methodology and performance tests. The FHWA is seeking capabilities statements from industry and academia regarding their technical understanding and ability to execute and deliver research and products meeting this objective. REQUIRED CAPABILITIES: At a minimum, the needed expertise will include: Demonstrated high-level understanding of, and national/international experience with: Direct and specific knowledge of asphalt pavement performance, testing, modeling, and distress prediction. Direct and specific knowledge of existing and historical asphalt pavement modeling efforts, tools, approaches, capabilities, limitations, and benefits. Direct and specific knowledge of quality assurance programs and their concepts, requirements, specifications, sampling and testing, risk analysis, and payment provisions. 2. Demonstrated high level understanding of quality assurance and how the models resulting from this effort would be used within the performance related specifications framework. 3. Ability, expertise, and resources to coordinate and conduct research, and gather, distill, vet with stakeholders, refine gathered information, and produce superior-quality products. 4. Demonstrated readiness to undertake and complete the research in a timely manner, within a specified period of performance, with clear and substantial commitment from highly qualified key team members. 5. The proposed research team’s technical concept of the problem, their approach to successfully carrying out the project and producing the desired deliverables. 6. Key team members’ superior knowledge of previous, current and ongoing related projects in the subject field, to reduce the likelihood of duplicated effort, and to readily identify when resource sharing is possible in terms of data, literature, and contacts. 7. Demonstrated ability to effectively communicate, coordinate, and manage geographically dispersed individuals, teams, and institutions. 8. Demonstrated understanding and ability to deliver products, reports, and software that are user friendly, visually appealing, meet the Turner-Fairbank Highway Research Center R&D Communication Reference Guide requirements, and are Section 508 compliant to meet accessibility requirements. 9. Demonstrated facilities, laboratories, computational and modeling resources, graphical design and infographic resources, and statistics capabilities. The estimated period of performance for the research project is a base period of eighteen (18) months for completion and deliverables, with an additional supplemental six (6) month period for publication activities. SUBMISSION DETAILS (CAPABILITIES STATEMENT): Interested businesses shall submit responses electronically to the Contracting Specialist, Matthew Gilliard, in Microsoft Word 2010 or Adobe Portable Document Format (PDF) at matthew.gilliard@dot.gov no later than [1:00] pm Eastern Standard Time on [02/18/2019], 2019. The email Subject Line must include “FlexPAVETM Asphalt Pavement Reflective Cracking Model to Better Address Rehabilitation Design and Performance”. No phone or email solicitations with regard to the status of a Request for Proposal (RFP) will be accepted prior to its release. Specific details will be provided in a solicitation which will be posted at https://www.fbo.gov/. Be advised that periodic access to the website is essential for obtaining updated documentation and the latest information regarding this procurement. All data received in response to this sources sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted as well as marketing materials, slide presentations, or technical papers. Interested businesses should submit a brief capabilities statement package (no more than ten (10) one-sided, 8.5x11 inch pages in length with font no smaller than 12 point) demonstrating a technical understanding and ability to perform the services listed in this notice. Vendor responses shall include the following administrative information: 1. Company Name, Company Address, and Point(s) of Contact including name, telephone number(s), fax number(s), and email address(es). 2. Respondents to this notice also must indicate whether they are a large business or qualify as a Small Business (SB), Small Disadvantaged Business (SDB) certified under the SBA 8 (a) Program, Women-Owned Small Business (WOSB), HUBZone Small Business (HUBZone), or Service-Disabled Veteran Owned Small Business (SDVOSB) Concern. 3. Company profile to include number of employees, annual revenue history (average over the last three completed fiscal years), office location(s), DUNS number, and a statement regarding current small/large business status. 4. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, federal customers, indication of whether as a prime or subcontractor, contract amount, Government point of contact with current telephone number, and a brief description of how the referenced requirement relates to the services herein. 5. Resources available such as corporate management and key personnel to be assigned to tasks under this effort to include professional qualifications, and specific experience of such personnel. 6. Statement regarding capability to obtain the Department of Transportation (DOT) security clearances for personnel. (N/A for this requirement) 7. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost performance. 8. Company's ability to begin performance upon contract award. All responses must be sufficient to permit agency analysis to determine bona fide capability to meet requirements. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »