Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 02, 2014 FBO #4512
SOLICITATION NOTICE

A -- Research Testing Programs

Notice Date
3/31/2014
 
Notice Type
Presolicitation
 
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
DTNH22-14-R-00014
 
Archive Date
4/15/2014
 
Point of Contact
Lionel Johnson, Phone: 2023660498, Robin Denise Gates, Phone: 202-366-1736
 
E-Mail Address
Lionel.Johnson.CTR@dot.gov, NHTSAOAM@dot.gov
(Lionel.Johnson.CTR@dot.gov, NHTSAOAM@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
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. The Office of Vehicle Safety Research conducts extensive research, development, testing, crash investigation, and data collection and analysis activities to provide the scientific basis needed to support the Agency's motor vehicle and traffic safety goals. The National Highway Traffic Safety Administration (NHTSA) Office of Vehicle Safety Research formulates, develops, and executes research programs to develop agency requirements in the areas of testing, and assessing motor vehicle crashworthiness safety standards. Specifically, NHTSA perfo r m s vehicle safety research tests, such as vehicle-to- v ehicle, vehicle-to-barrier, and additional i m pact tests, to deter m ine the t ype of response hu m an surrogates (du mm i es) undergo in vehicle crashes. NHTSA also performs static test of vehicle components to determine the performance of a vehicle in the real world. In performing these dynamic and static test NHTSA may have to build test devices to achieve it's goal. The research efforts conducted under this contract and all issued task order will provide a range of research skills that will be used to plan, conduct vehicle safety research tests such as d yna m i c crash tests, sled tests and sta t ic t e sts f or late m odel production and/or m odified vehicles. For some of these tests NHTSA requires development and fabrication of test devices and test fixtures for evaluating both vehicles and dummies. The contractor also shall be r e quired to provide quality control (QC) of the resultant d ata. The NAICS Code for this contract is 541330. Contractors must be registered in the System for Award Management (SAM), located at https://www.sam.gov, to be considered for contract award, the contractors maybe required to have an approved accounting system prior to award of a cost type contract in accordance with FAR 16.206-3(b). The Government anticipates award of an Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts whereby Cost plus Fixed Fee (CPFF) or Firm Fixed Price (FFP) task orders shall be issued in accordance with FAR 16.5, with or without discussions, to the responsible offeror whose proposal, conforming to the solicitation, is most advantageous to the Government based on the evaluation factors contained in the solicitation. 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 April 20, 2014. All work and services required hereunder shall not exceed 60 months (inclusive of a one (1) twenty four - month Base Period and three (3) one Year Option Periods from the effective date of the contract. Any Task Order issued prior to the expiration date of the contract, and not completed within that time, shall be completed by the Contractor within the time specified under the task order provided it does not exceed the performance period under Section I.2.3, FAR 52.216-22, Indefinite Quantity (OCT 1995). The Contractor is required to abide by the terms and conditions of the contract until the conclusion of the task order performance period. The period of performance for each Task Order will be specified within the Task Order document.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/NHTSA/NHTSAHQ/DTNH22-14-R-00014/listing.html)
 
Place of Performance
Address: 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590, United States
Zip Code: 20590
 
Record
SN03324564-W 20140402/140331234431-7d2cac1ee83bc474ca6de1a473b50e95 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.