SOLICITATION NOTICE
H -- Federal Motor Vehicle Safety Standard (FMVSS) No. 208, 212, 219, 301 305 Compliance Testing
- Notice Date
- 10/28/2024 12:09:40 PM
- Notice Type
- Presolicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- 693JJ9 NHTSA OFFICE OF ACQUISTION WASHINGTON DC 20590 USA
- ZIP Code
- 20590
- Solicitation Number
- 693JJ925R000001
- Response Due
- 11/11/2024 9:00:00 AM
- Archive Date
- 11/26/2024
- Point of Contact
- Dave Nag
- E-Mail Address
-
debashis.nag.ctr@dot.gov
(debashis.nag.ctr@dot.gov)
- Description
- Title: Federal Motor Vehicle Safety Standard (FMVSS) No. 208, 212, 219, 301 305 Compliance Testing Solicitation: 693JJ925R000001 Department: Department of Transportation Agency: National Highway Traffic Safety Administration (NHTSA) Location: 1200 New Jersey Ave., SE, Washington, DC 20590 Notice Type: Pre-solicitation Notice Posted Date: 10/28/2024. Classification: PSC H223 � Equipment and Materials Testing Ground Effect VEH NAICS Code: 541380 � Testing Laboratories and Services $19M This is a Pre-Solicitation notice for a procurement in accordance with FAR Part 5.203; to provide notice of the Government's proposed contract action listed herein. Description: The Contractor shall furnish the necessary qualified personnel, facilities materials, supplies and equipment to perform inspection and compliance testing services in accordance with FMVSS No. 208, Occupant Crash Protection, FMVSS No. 212, Windshield Mounting, FMVSS No. 219, Windshield Zone Intrusion, FMVSS No. 301, Fuel System Integrity (Frontal), and FMVSS No. 305, Electric Powered Vehicles: electrolyte spillage and electrical shock protection. The Government will provide the Contractor with the test vehicles, anthropomorphic test devices (dummies) without instrumentation, and child restraint systems (CRSs) as Government Furnished Property (GFP). The compliance tests for FMVSS No. 208 include low risk static deployment tests, inflatable restraint suppression tests, and full-scale dynamic crash tests. Each GFP test vehicle shall undergo a full-scale dynamic crash test. Testing for FMVSS Nos. 212, 219, 301 (where applicable) and 305 (where applicable) shall be performed in conjunction with the full-scale dynamic crash test. All testing shall be performed as specified in the OVSC Test Procedure, TP-208-15, which will include live streaming of the setup and test itself. At the conclusion of eachtest using a GFP test vehicle and prior to GSA sale, and upon request by the ContractingOfficer�s Representative (COR), the Contractor shall make all test vehicle safety restraintsinactive by safely deploying all undeployed air bags and seat belt pretensioners and removing noless than 1 foot (12 in.) of seat belt webbing from each seat belt. Prior to GSA sale, if applicable,the Contractor shall initiate the battery disposal process which involves removing the highvoltage battery pack or energy storage device used for propulsion from the vehicle and properlypacking the device for shipping or disposal. Prior to the full-scale dynamic crash test, numerous low risk static deployment tests and/or inflatable restraint suppression tests, along with other passenger restraint systems tests may be performed. Prior to the low risk, static deployment tests, the Contractor shall procure from a dealership* or vehicle manufacturer authorized service/sales location, genuine service replacement parts parts** to repair the vehicle to like new condition. The Contractor shall obtain approval from the COR to either perform the repair in-house, or have the dealership perform the repair. In preparation for the full-scale dynamic crash test, the Contractor shall have the GFP test�vehicle transported to and repaired by a dealership or vehicle manufacturer authorized service location after the completion of the low-risk static deployment tests, inflatable restraint suppression tests, or other passenger restraint systems tests. If a dealership or service center is not available, under direction by the COR, the Contractor may perform the final repairs. The solicitation will result in a single Firm Fixed Price (FFP) with Cost Reimbursement elements for the following items: (1) Towing, Parts, and Dealer Repairs; (2) Contractor Purchased Child Restraints; and (3) Battery Disposal. Solicitation Information: \ This acquisition is being offered for full and open competition. NAICS Code for the anticipated contract is 541380. Contractors must be registered in the Systems for Award Management Database located at http://www.sam.gov to be considered for contract award. It is the Government�s intent to award a single Firm Fixed Price (FFP) with Cost Reimbursement elements for the following items: (1) Towing, Parts, and Dealer Repairs; (2) Contractor Purchased Child Restraints; and (3) Battery Disposal contract type 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 https://www.sam.gov/ 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 anticipated solicitation release is November 2024. Period of Performance: Sixty-Six (66) months. Contract Award: The anticipated award date for the resultant contract is expected to be on or about April 2025. No Further Procurement Information is available.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3eca4cca0ff346fba9e3849b3c863a10/view)
- Place of Performance
- Address: Washington, DC 20590, USA
- Zip Code: 20590
- Country: USA
- Zip Code: 20590
- Record
- SN07250387-F 20241030/241028230101 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |