Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2018 FBO #5999
SOLICITATION NOTICE

B -- Test Program for UTQG Course Monitoring Tire and Test Course Evaluation

Notice Date
4/25/2018
 
Notice Type
Presolicitation
 
NAICS
541380 — Testing Laboratories
 
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
693JJ918R000080
 
Point of Contact
Marlin Ricketts-Evans, Phone: 2023661772
 
E-Mail Address
m.ricketts-evans@dot.gov
(m.ricketts-evans@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
UNITED STATES DEPARTMENT OF TRANSPORTATION (USDOT) NATIONAL HIGHWAY TRAFFIC SAFETY ADMINISTRATION (NHTSA) Synopsis for Solicitation 693JJ918R000080 Test Program for UTQG Course Monitoring Tire and Test Course Evaluation Synopsis This synopsis, in accordance with FAR 5.203(a), issues a 15-day public notification prior to the issuance of solicitation 693JJ918R000080. The National Highway Traffic Safety Administration (NHTSA) intends to issue a solicitation for a Full and Open Competition in support of the NHTSA Office of Vehicle Safety Compliance (OVSC) compliance testing and investigation effort. Introduction The National Highway Traffic Safety Administration (NHTSA) has a requirement to procure Uniform Tire Grading (UTG) Course Monitoring Tire and Test Course Evaluation in accordance with Code 49 CFR, Part 575.104, Uniform Tire Quality Grading Standards. The test program establishes the wear rate for the Course Monitoring Tire (CMT) used to establish the baseline required by the regulation, in grading all passenger tires by all treadwear testers to the United States Government treadwear standard. Objective The objective of this proposed firm fixed price (FFP) contract is to conduct periodic tests to monitor and adjust the Base Course Wear Rate for the radial Course Monitoring Tires (CMT) when operated on the specified UTQG Treadwear course. Scope of Work The work is to be accomplished in accordance with Code 49 CFR, Part 575.104, UTQGS, section (e), Treadwear Grading Conditions and Procedures. General Requirements Loading and Vehicle Wheel Alignment: The Contractor shall set front wheel alignment of each vehicle at +0.06 degree (+0.03125 inch) ±0.02 degrees for toe, and at midpoint of manufacturer's specification range for caster and camber. Rear wheel alignment must be within manufacturer's specification. Alignment settings and checks are to be made with the vehicle loaded to ±1% of the designated test's individual wheel loads. Designated wheel loads will be either (a) 1029 pounds for tests using ASTM (American Society for Testing and Materials) E1136 14" CMT tires or (b) 1182 pounds for tests using ASTM F2493 16" CMT tires. Heavy duty spring and suspension components may be installed if deemed necessary for proper vehicle suspension travel. Included in the vehicle load will be 250-pound driver weight placed in the driver's seat during vehicle weighing and alignment. During the test, each driver will carry weighted bags to their assigned car each shift which will bring the "driver weight" to 250 pounds. The weighted bags will be placed in front of, or under, the driver's seat at the beginning of the shift. Each driver will remove his/her personal weight bags at the end of the shift and will be responsible for keeping them in a secure place until their next shift. The Contractor shall check, adjust, and record alignment to the settings specified above prior to every 800-mile segment. Vehicle Wheel Run-Out: The Contractor shall ensure that each wheel used in the convoy is checked for both radial and lateral run-out with the limit for acceptability in both directions of 1/16 inch (0.0625 inch). Measurements are to be taken adjacent to the fillet at the base of each flange. Vehicle Wheel Balance: Tire/wheel assemblies must be balanced on a "state-of-the-art" electronic machine which indicates amount and location, both radially and laterally, of weight to be added to reach zero imbalance for the assembly. Scales for Vehicle Loading: The weighing system shall consist of a separate scale for each of the vehicle's four wheels. The load surface of the four scales shall lie in the same horizontal plane. Each scale load surface shall be level within 1/16 inch in four feet and the four scales shall be in the same horizontal plane within 1/16 inch. Each scale shall be calibrated using certified weights traceable to the National Institute of Standards & Technology (NIST). This calibration shall include a comparison of actual vs. indicated load at each 50-pound increment between 0 and 1200 pounds, both as weight is added and taken away. The scales shall be within one-pound accuracy at each 50-pound increment. Conduct Radial CMT Tire Tests: (a)All vehicles shall be the same make and model rear- wheel-drive vehicles which have the capability to operate normally using: •P195/75R14 tires mounted on 14X5.5J (recommended) or 14X6.0J rims. and / or •P225/60R16 tires mounted on 16X6.5J (recommended) or 16X7.0J rims. To handle both sizes may require two different sets of vehicles. All vehicles shall be no older than one year from model year in which test is conducted, and must have same engine and drive train, as well as same major options. (b)The convoy shall consist of vehicles fitted with four identical, Government furnished, new CMTs directly from the official manufacturer. The CMTs will either be: •ASTM E1136 P195/75R14 14" CMT tires or •ASTM F2493 P225/60R16 16" CMT tires as designated for the particular convoy. (c)At the end of each Circuit #2, all test vehicles will be raised and placed on jack stands to remove load from tires, which are to be measured before the next (Circuit #1) run. (d)Measure every 800 miles. Specific Requirements (a)The Government will furnish all tires to be used in the tests. (b)Test vehicles, supplied by the Contractor shall be equipped to accurately measure and automatically record speed, driving time, stops, etc., by means of a tachograph or similar device in each vehicle. (c)The Contractor shall present an ongoing calibration program covering all test and measuring instruments and equipment, and show records of periodic calibrations. (d)The Contractor shall provide a written operating test procedure which indicates a step-by-step description of test methodology used in the program. The Contractor shall perform, complete and prepare Test Report in accordance with the requirements specified in the OVSC test procedure, TP-UTQG-W-01. (e)The Contractor is required to have a facility with full vehicle support services capable of fully preparing test vehicle convoys for the test program for the full term of the contract. The test shall be conducted from the intersection of Ft. McKavitt Rd and FM 388, San Angelo, Texas, or may be started at a different point on the course within five (5) miles of the contractor's facility, with NHTSA's approval. The Contractor's facility must be within five (5) miles of starting point on the UTQGS Treadwear Test Course, 574.104, Appendix A. Contract Type, Period of Performance, and NAICS Code NHTSA intends to award one Firm Fixed Price (FFP) Contract. The anticipated period of performance is 60-Months, inclusive of one (1) Base Year and four (4) Option Years to be exercised at the Government's discretion. The NAICS Code for this anticipated contract is 541380 (Testing Laboratories) with a size standard of $15M. Place of Performance/Physical Location The work performed under the proposed Contract shall be accomplished at the Contractor's facilities/Treadwear course and those facilities shall be located within the continental United States. There shall be no deviation from or waiver of this requirement. System for Award Management Registration Contractors must be registered in the System for Award Management (SAM) database located at www.sam.gov in order to receive an award in response to the solicitation. THIS NOTICE OF SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. This notice is for informational purposes only and is not to be construed as a commitment by the Government. The solicitation will be released electronically via this Government Point of Entry (GPE) otherwise known as Federal Business Opportunities or www.fbo.gov. As such, no written, telephonic or other type of request for an advance copy of the solicitation will be entertained. Potential offerors/vendors are encouraged to register on www.fbo.gov to receive any further information in reference to the subject action inclusive of any announcements, and/or amendments to the solicitation after its release. The anticipated award date is September 30, 2018. The solicitation will be issued on or about June 1, 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/NHTSA/NHTSAHQ/693JJ918R000080/listing.html)
 
Record
SN04900238-W 20180427/180425230654-56f0f251d8bcb8b2bd4a21cc71ca1cff (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  © 1994-2020, Loren Data Corp.