Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2017 FBO #5754
SOLICITATION NOTICE

D -- DIAdem Standard Service Program

Notice Date
8/23/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming 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
DTNH2217RQ000175
 
Archive Date
9/13/2017
 
Point of Contact
Omari A. Fennell, Phone: 2023662675
 
E-Mail Address
omari.fennell.ctr@dot.gov
(omari.fennell.ctr@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
**PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED** (i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Interested parties are responsible for monitoring this site to ensure they have the most current information in reference to this acquisition. (ii) The solicitation number for this procurement is DTNH2217RQ00175 and is issued, as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-95. (iv) The North American Industry Classification System (NAICS) code associated with this procurement is 541511. The small business size standard is $27.5M. This procurement has not been set-aside for small business participation. (v) Contract Line Item Numbers (CLINS). NHTSA intends to award a Firm Fixed-Price Contract. B.1 Price Proposal: 20 Concurrent License Agreements for DIAdem Crash Analysis Toolkit & DIAdem Advanced Edition Software or Equal Maintenance & Support: B.1.1 PRICE SCHEDULE Base Period: Base Period costs shall cover the period from the effective date of contract award through twelve (12) months thereafter. B.1.1 Base Period Months Unit Price Total Amount DIAdem Standard Software License Maintenance and Support IAW Section C, Statement of Work 12 $ $ TOTAL PRICE BASE PERIOD $ B.1.2 PRICE SCHEDULE Option Period 1: Option Period 1 costs shall cover the period from the end of the Base Period through twelve (12) months thereafter. B.1.2 Option Period 1 Months Unit Price Total Amount DIAdem Standard Software License Maintenance and Support IAW Section C, Statement of Work 12 $ $ TOTAL PRICE OPTION PERIOD 1 $ B.1.3 PRICE SCHEDULE Option Period 2: Option Period 2 costs shall cover the period from the end of the Option Period 1 through twelve (12) months thereafter. B.1.3 Option Period 2 Months Unit Price Total Amount DIAdem Standard Software License Maintenance and Support IAW Section C, Statement of Work 12 $ $ TOTAL PRICE OPTION PERIOD 2 $ B.1.4 PRICE SCHEDULE Option Period 3: Option Period 3 costs shall cover the period from the end of the Option Period 2 through twelve (12) months thereafter. B.1.4 Option Period 3 Months Unit Price Total Amount DIAdem Standard Software License Maintenance and Support IAW Section C, Statement of Work 12 $ $ TOTAL PRICE OPTION PERIOD 3 $ B.1.5 PRICE SCHEDULE Option Period 4: Option Period 4 costs shall cover the period from the end of the Option Period 3 through twelve (12) months thereafter. B.1.5 Option Period 4 Months Unit Price Total Amount DIAdem Standard Software License Maintenance and Support IAW Section C, Statement of Work 12 $ $ TOTAL PRICE OPTION PERIOD 4 $ (End of Section B) PART I - THE SCHEDULE SECTION C DESCRIPTION, SPECIFICATIONS, WORK STATEMENT DIAdem Standard Software License Maintenance & Support C.1 BACKGROUND National Highway Traffic Safety Administration's (NHTSA) mission is to save lives, prevent injuries and reduce economic costs due to road traffic crashes, through education, research, safety standards and enforcement activity. For a vehicle to be sold in the United States (US) it has to certify to certain to specific Federal Motor Vehicle Safety Standards (FMVSS). Each FMVSS specifies different performance standards. NHTSA engineers routinely examine electronic data channels collected in these tests to insure that the tests were conducted to the proper speed, acceleration, and / or duration levels. Additionally, many standards require an Anthropomorphic Test Device (ATD) that contains sensors which must meet specific injury criteria. Each of these injury criteria requires application of specific digital filters and / or time series analysis to evaluate compliance with the safety regulations. All of these computations work with data recorded during a variety of crash/sled tests and often the measurements need to be correlated with test videos to understand what happened at the time high measurements were recorded. For the last 30 years, NHTSA has primarily relied upon custom software generated by federal engineering staff to evaluate the crash test measured signals. All of the electronic test data is stored in a central database and the custom software determines the appropriate signals, applies appropriate filters and mathematical calculations to evaluate test performance. NHTSA also performs research to develop new vehicle and ATD performance requirements to save lives, prevent injuries and reduce economic costs due to road traffic crashes. Once NHTSA engineers have developed a test procedure or injury criteria, he or she has to ask a programmer to produce a package that will read in the data from a database and perform the analysis specified by the engineer. NHTSA is seeking to utilize a commercially available off-the shelf (COTS) software package to perform FMVSS calculations, which would eliminate the need to maintain custom software. It is also required that any COTS software considered shall have some form of scripting capability to allow NHTSA engineers to develop new test and injury criteria as they advance the state of the art for crash testing and injury prediction. NHTSA desires that its engineering staff have the ability to develop macros or scripts to automate new test analysis procedures. C.2 SCOPE OF WORK The objective is to procure a COTS software package to support evaluation of test results to the existing FMVSS standards. A suitable COTS package shall support existing FMVSS, SAE, and ISO standard analysis procedures. The COTS package shall also support development and running of macros/scripts without the knowledge of programming. The COTS package must also support integration with a SQL database in order integrate within the existing NHTSA environment. In addition to Section C.3 "General Requirements" and Section C.4 "Specific Requirements" this solicitation employs the use of a "brand name or equal" item description as listed in Section B "Schedule" to that of: DIAdem Advanced Ed., and DIAdem Crash Analysis Toolkit software packages or equal; and no other items will do in satisfying this requirement. C.3 GENERAL REQUIREMENTS Requirements may include, but not limited to the following: C.3.1 Support integration with a SQL database to permit query and import of test data from a general purpose database. C.3.2 The ability to read NHTSA EV5 ASCII file format required for crash test data submission to NHTSA. C.3.3 Support custom filters to read in video files in.avi, wmv, and.mp4 formats using standard industry codecs. C.3.4 Ability to perform Society of Automobile Engineers J211 filtering on time series data C.3.5 The COTS shall be able to read and write ISO/TS 13499 "Road vehicles - Multimedia data exchange format for impact tests" version 1.7 format (ISO-MME). C.3.6 Ability to read in mutable data channels and perform analysis on these channels C.3.7 Ability to perform standard analysis specified in the Federal Motor Vehicle Safety Standards C.3.8 Ability to create macros and/or scripts with general programming skills C.3.9 Ability to synchronize data channels with videos C.3.10 Ability to generate and save reports in PDF format C.3.11 Ability to save to ASCII data files and to support copying to the windows clipboard C.3.12 Ability to create Dialog Boxes C.3.13 Ability to run on computers with Windows XP, and Windows 7 operating systems C.3.14 Ability to perform basic mathematics C.3.15 Ability to create and manage complex calculations C.3.16 Ability to perform three dimension (3D) calculations C.3.17 Ability to read in MADYMO and DYNA output files C.3.18 Ability to manage physical units C.3.19 The ability to read contemporary raw data formats generated by Diversified Technical Systems (DTS), Kayser-Threde, Messring and EME Corp. data acquisition systems. C.4 SPECIFIC REQUIREMENTS The COTS shall meet the following requirements: C.4.1 The COTS shall be able to read from a large database of crash test using SQL queries C.4.2 The COTS shall be able to read NHTSA EV5 ASCII file format required for crash test data submission to NHTSA. This includes NHTSA's vehicle crash test, biomechanics, and component data format. C.4.3 The COTS shall be able to read in video files (avi, wmv, and mp4) using standard industry codecs C.4.4 The COTS shall be able to perform the SAE J211 filtering to time series data. C.4.5 The COTS shall be able to apply finite impulse response filtering that is compatible with FMVSS 214 requirements. C.4.6 The COTS shall be able to read and write ISO/TS 13499 "Road vehicles - Multimedia data exchange format for impact tests" version 1.7 format (ISO-MME). C.4.7 The COTS shall be able to read in at least two data curves with 2,000,000 data points each. C.4.8 The COTS shall be able to read in at least 700 data channels and perform analysis of these 700 data channels with 100,000 data points each. C.4.9 The COTS shall contain routines to perform standard analysis of test data as specified in FMVSS. At a minimum, the supported routines shall include HIC 15 ms, Nij, Chest 3ms clip, Femur Force Criteria, TTI, and Tibia Index. C.4.10 The COTS shall be able to create macros and/or scripts with general programming skills. C.4.11 The COTS shall be able to synchronize data channels with videos with the following requirements: 1.) Display multiple videos 2.) Display multiple data channels 3.) Videos recorded at different frames rates 2.) The data channels recorded at different sampling rate than the video C.4.12 The COTS shall be able to generate reports consisting of plots and computed results. The capability to save reports to a file for later review must be provided. C.4.13 The COTS shall be able to read and write ASCII data files. C.4.14 The COTS shall be able to save computed data to ASCII data files and to support copying to the windows clipboard. C.4.15 The COTS shall be able to copy to the windows clipboard the displayed results C.4.16 The COTS shall be able to perform fast fourier transform (FFT), linear regression, higher order curve fits, and Power Spectral Density Analysis. C.4.17 The COTS shall be able to create a script that reads in at least 700 data channels and display 3D results over time dynamically. The user must be able to stop, pause, and play the results. When the results are paused the user must be able to copy displayed results to windows clipboard and in a report. C.4.18 The COTS shall be able to create Dialog boxes using a script with the following capabilities: 1. Dialog box visible while displaying results 2. Update results when changes made to Dialog box 3. Text input box 4. Text box 5. Button 6. Check box 7. Radio button 8. Spin box 9. Frame 10. Picture 11. Combo box 12. List box 13. Table C.4.19 The COTS shall be able to print, insert into report and copy to the windows clipboard the displayed results C.4.20 The COTS shall be able to compute and display numerical integration and derivation from the time series data C.4.21 The COTS shall be able to compute the sum of a series of similar test data channels C.4.22 The COTS shall be able to compute the difference between similar test data channels C.4.23 The COTS shall be able to load multiple data channels recorded at different sampling rates and overlay the data channels. C.4.24 The COTS shall be able to load multiple data channels recorded at different sampling rates and perform calculations on the data channels. C.4.25 The COTS shall be able to run on computers with Windows XP, and Windows 7 operating systems C.4.26 The COTS shall be able to manage physical units. C.4.27 The ability to read contemporary raw data formats generated by Diversified Technical Systems (DTS), Kayser-Threde, Messring and EME Corp. data acquisition systems. C.4.28 The contractor shall automatically provide any updates to the DIAdem Advanced and DIAdem Crash Analysis Toolkit for one year after award of the contract. C.4.29 The contractor shall automatically provide technical support from the contractors Applications Engineers through phone and e-mail for one year after award of the contract. (End of Section C) D. INTRODUCTION D.1 Administrative Consideration D.1.1 Points of Contacts D.1.1.1 Contractor's Project Manager: TBD D.1.1.2 NHTSA COR: TBD U.S. Department of Transportation National Highway Traffic Safety Administration Washington, DC 20590 Phone: (202) 366-XXXX Email: XXX@dot.gov D.2 Place of Performance: U.S. Department of Transportation National Highway Traffic Safety Administration Washington, DC 20590 D.3 Duration of Task: D.3.1 Estimated Period of Performance: The Period of Performance for this firm fixed-price contract shall be a Base Period of twelve (12) months from the award date of award with four (4) renewable 12-month option periods, thereby making the full period of performance of this contract sixty (60) months. There is no obligation by NHTSA to renew this contract beyond the initial fixed order term. D.3.2 Effective: August 31, 2017, this contract will be a firm fixed-price one-year contract, through August 30, 2018. (viii) 52.212-1, Instructions to Offerors-- Commercial Items (JAN 2017). E.1 Solicitation Provisions- FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998). This solicitation and any resulting contract incorporates one or more provisions and clauses with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: (http://www.aquisition.gov/far/) The contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses. (ix) 52.212-2, Evaluation--Commercial Items (OCT 2014). As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Listed in descending order of importance: (a.i) Section C.3, "Specific Requirements" SQL DATABASE The Offeror will be evaluated on the extensibility, interoperability, and customization of the COTS package with existing SQL databases. Specifically, this includes the size of the database that can be read from. Specifically, the package will be evaluated on its ability to import data channel parameters and time series data using the results from custom SQL queries or stored procedures. Additionally, the offerer will be evaluated on its ability to load video files where the name is returned from a SQL query or stored procedure. USER INTERFACE The Offeror will be evaluated on the ease of creating user interfaces to perform different types of analysis and incorporating these analysis results into presentations. Specifically, this includes a method of creating dialog boxes or forms for other users to input certain data to perform analysis. And this includes taking the output from that package and imported it into reports or presentations. FMVSS AND NEW EVALUATION CRITERIA The Offeror will be evaluated on the ability of the COTS package to support calculations of FMVSS evaluation criteria from crash test data. Specifically, this includes all injury criteria specified in FMVSS No. 208 and FMVSS No. 214. And this includes, allowing the user to develop new analysis tools for new injury criteria for current Anthropomorphic Test Devices (ATD's) and new ATS's. VIDEO and DATA SYNCHRONIZATION The Offeror will be evaluated on the ability of the COTS package to integrate video and test data for test evaluation. Specifically, this includes the number of video's and data windows available to the user and the ease of synchronization the video with data. READ CUSTOMER SPECIFIC FORMATS The Offeror will be evaluated on the ability of the COTS package to read in customer specific formats. Specifically, the ease of incorporating customer specific formats into the COTS package. USAGE IN AUTOMOBILE SAFETY INDUSTRY The Offeror will be evaluated on the fitness for use of their COTS package in the automobile safety community. Specifically, this includes the number of companies using their package and how long they have been using their package. (a.ii) Past Performance This factor will be scored based upon the offeror's corporate experience and past performance performing similar work for car makers within the auto industry as described in Section C.3 & C.4. (a.iii) Price. The Offeror is expected to establish a reasonable price relationship between all price/cost elements listed in their Cost Proposal. An evaluation of the Offeror's Cost Proposal will be made to determine if the cost is realistic for the work to be performed, reflects a clear understanding of the requirements, and is consistent with the technical proposal. Reasonableness determinations will be made by determining if competition exists, by comparing proposal prices with established commercial market prices, General Services Administration price schedules, and/or by comparing proposal prices with the Independent Government Cost Estimate (IGCE). All evaluation factors other than price, when combined, are significantly more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) 52.212-3, Offeror Representations and Certifications--Commercial Items (JAN 2017). (xi) 52.212-4, Contract Terms and Conditions-- Commercial Items (JAN 2017). (xii) 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-- Commercial Items (JAN 2017). (xiii) Special Contract Clauses and Provisions. E.2 FAR Part 52.217-8 Option to Extend Services. (NOV 1999) As prescribed in 17.208(f), insert a clause substantially the same as the following: Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. (End of clauses) E.3 FAR Part 52.217-9 -- Option to Extend the Term of the Contract. As prescribed in 17.208(g), insert a clause substantially the same as the following: Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of Clause) E.4 SPECIAL PROVISIONS Seat Belt Use Policies and Programs In accordance with Executive Order 13043, the recipient of this award is encouraged to adopt and enforce on-the-job seat belt use policies and programs for its employees when operating company-owned, rented, or personally owned vehicles. The National Highway Traffic Safety Administration (NHTSA) is responsible for providing leadership and guidance in support of this Presidential initiative. Information on how to implement such a program or statistics on potential benefits and cost-savings to companies or organizations, can be found in the Click It or Ticket section on NHTSA's website at www.nhtsa.dot.gov. Additional resources are available from the Network of Employers for Traffic Safety (NETS), a public-private partnership headquartered in Washington, DC dedicated to improving the traffic safety practices of employers and employees. NETS is prepared to help with technical assistance, a simple, user-friendly program kit and an award for achieving the goal of 90 percent seat belt use. NETS can be contacted at 1 (888) 221-0045, or visit its web site at www.trafficsafety.org. This Special Provision shall be included in all contracts, subcontracts, and assistance agreements entered into by the recipient under this award. (xiv) Defense Priorities and Allocations System (DPAS) N/A = Not Applicable (xv) Date, time and place offer are due. Proposals shall be transmitted electronically via email to Omari Fennell (with a courtesy copy to Vincent Lynch) on or before Tuesday, August 29th, 2017, not later than 12:00 pm EST. (xvi) Name and Telephone of individual to contact for more information. ADDITIONAL INFO: Questions pertaining to the is acquisition should address to Omari Fennell, Contract Specialist, via email at Omari.Fennell.ctr@dot.gov with a courtesy copy to Vincent Lynch, Contracting Officer via email Vincent.Lynch@dot.gov, as soon as possible but not later than 4:00 pm, EST, Friday, August 25, 2017. Phone calls will not be entertained. Department of Transportation(DOT)National Highway Traffic Safety Administration (NHTSA)invites contractors to submit a quote for services described in the attached Request for Quote (RFQ). The applicable North American Industrial Classification Code (NAICS Code) for this RFQ is 541511. INSTRUCTIONS FOR SUBMITTAL: Offerors are hereby reminded that a Best Value Source selection decision will be made after review of all Technical and Cost Proposals received in response to this solicitation to the Lowest Priced Technically Acceptable (LPTA) Offeror, whose quoted price represents the best value to the government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/NHTSA/NHTSAHQ/DTNH2217RQ000175/listing.html)
 
Place of Performance
Address: U.S. Department of Transportation, National Highway Traffic Safety Administration, Washington, District of Columbia, 20590, United States
Zip Code: 20590
 
Record
SN04642368-W 20170825/170823232651-ad911bb48b59d03c100e10668f2ce9b1 (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.