SOLICITATION NOTICE
B -- Advanced Adaptive Restraint Program - Package #1
- Notice Date
- 6/19/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Transportation, National Highway Traffic Safety Administration (NHTSA), National Highway Traffic Safety Administration HQ, 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590
- ZIP Code
- 20590
- Solicitation Number
- DTNH22-12-R-00534
- Archive Date
- 8/3/2012
- Point of Contact
- Ross S Jeffries, Phone: (202)366-6283, Lionel Johnson, Phone: (202)366-0498
- E-Mail Address
-
nhtsaoam@dot.gov, Lionel.Johnson.CTR@dot.gov
(nhtsaoam@dot.gov, Lionel.Johnson.CTR@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- Advanced Adaptive Restraint Program The U.S. Department of Transportation, The National Highway Traffic Safety Administration (NHTSA), of the United States Department of Transportation, is responsible for reducing the number of injuries and deaths on highways resulting from vehicle crashes. NHTSA intends to issue a full and open, competitive Request for Proposals (RFP) from this solicitation to develop a prototype adaptive occupant restraint system, for both the driver and front right passenger that may provide an opportunity to reduce the societal harm to occupants resulting from frontal motor vehicle crashes in the US light vehicle fleet. The objective of this contract is to demonstrate an adaptive occupant restraint system, for both the driver and front right passenger that may provide an opportunity to reduce the societal harm to occupants resulting from frontal motor vehicle crashes in the US light vehicle fleet. More specifically, the objective of this contract is to: Identify, design, optimize, fabricate, and demonstrate an interactive prototype adaptive occupant protection system. The demonstration should include a range of occupant sizes or conditions to emphasize the adaptability of the prototype restraint system in multiple frontal high speed crash pulses. This project should establish the baseline performance of non-adaptable systems and show the occupant safety improvements using occupant sensing and adaptive restraints. Any interactive prototype adaptive occupant protection system shall take into account the following: a. Pre-programming of restraint systems (airbag deployment times, retractor load limits, etc.) to occupant conditions (height, weight, dynamic position) and crash pulse is not desired. b. It is understood that some occupant conditions such as age and gender may be linked to operator identification rather than direct sensing. Thus, any adaptability features proposed for age and gender should be able to be pre-programmed during testing. The NAICS Code for this contract is 541330. Contractors must be registered in the Central Contractor Registration Database located at http://www.ccr.gov, and must complete electronic representatives and certification on the ORCA database located at http://orca.bpn.gov to be considered for contract award. It is the Government's intent to award a C ost R e imbu r s e m e nt, C ost - sh a r ing c ont r ac t fr om this S oli c it a tion, with or without discussions, to the responsible offeror whose proposal, conforming to the solicitation and is most advantageous to the Government based on the evaluation factors contained in the solicitation. Solicitation No.DTHN22-12-R-00534 will be available to download at http://www.fedbizopps.gov/ on or about Tuesday, June 19, 2012. Offerors must submit all questions in writing to Mr. Lionel Johnson, Contract Specialist, DOT/NHTSA, via e-mail at Lionel.Johnson.ctr@dot.gov, no later than 3:00 P.M. Eastern Time, Friday, July 6, 2012. Questions and Answers will be posted at http://www.fedbizopps.gov/ no later than Friday, July 13, 2012. All proposals must be submitted via e-mail to Mr. Lionel Johnson no later than Thursday, July 19, 2012. Anticipated award date of the resultant order is on or about Tuesday, August 14, 2012. It is the Offeror's responsibility to monitor the FedBizOpps Internet site for the release of the solicitation and amendments (if any). Potential Offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Requests for paper copies of the RFP will not be accepted. The estimated date for release of the solicitation is on or about Thursday, July 19, 2012. The period of performance for this re qui r e d in c luding p re p ara ti o n, sub m ission, re vi e w of a n y a nd a ll re p o r ts, sh a ll be c ompl e t e d within the thirty ( 30) m o n t h s af t e r award of cont rac t.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/NHTSA/NHTSAHQ/DTNH22-12-R-00534/listing.html)
- Place of Performance
- Address: 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590, United States
- Zip Code: 20590
- Zip Code: 20590
- Record
- SN02779537-W 20120621/120619235111-c83423d8e50431c64f1f6c85662a702c (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 |