SOURCES SOUGHT
A -- Research & Analysis on High-Voltage Lithium-ion Batteries under Harsh Conditions IDIQ
- Notice Date
- 7/23/2025 11:17:44 AM
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- 693JJ9 NHTSA OFFICE OF ACQUISTION WASHINGTON DC 20590 USA
- ZIP Code
- 20590
- Solicitation Number
- 693JJ925RQ000074
- Response Due
- 8/3/2025 8:00:00 PM
- Archive Date
- 08/18/2025
- Point of Contact
- Michelle Shanahan, Phone: 2023666715
- E-Mail Address
-
michelle.shanahan@dot.gov
(michelle.shanahan@dot.gov)
- Description
- The National Highway Traffic Safety Administration (NHTSA) is issuing this Sources Sought Notice to identify potential qualified Small Business (SB), Small Disadvantaged Business (SDB), 8(a) Certified SDB, HUBZone SB, Service Disables Veteran Owned Small Business (SDVOSB), or Women Owned Small Business (WOSB) concerns that may be interested in and capable of performing the work described herein to proactively plan for future requirements, NSR-210 is conducting market research to locate qualified, experienced, and interested parties. These parties should be able to evaluate the different Li-ion battery abuse scenarios and mitigation solutions by means of outreaching to subject matter experts (SMEs), testing, and simulation and will provide findings and recommendations. NHTSA welcomes all qualified Small Business concerns, with the appropriate NAICS Code and past experience to submit their Corporate Capability Statements that demonstrate their ability to successfully accomplish the testing as listed in the attached Draft Statement of Work (SOW). NHTSA does not intend to award a contract on the basis of responses to this notice or otherwise pay for the preparation of any information submitted. Acknowledgement of receipt of responses will not be made; no formal evaluation of the information received will be conducted by NHTSA. NHTSA may; however later on issue a Request for Proposals (RFP). However, should such a requirement fail to materialize, no basis for claims against NHTSA shall arise as a result of a response to this notice. This Sources Sought Notice is not a request for proposal (RFP), nor does it restrict the Government as to the final acquisition strategy. No contract will be awarded from this announcement. At this time no solicitation exists. Therefore, please do not request a copy of the solicitation. Responses in any form are not offers. The Government will not reimburse respondents for any costs incurred in the preparation of a response to this Notice. The results of this sources sought notice will assist the Contracting Officer in determining the best strategy for this procurement. Responses to this synopsis may also be used to aide in establishing realistic and achievable small business participation goals. BACKGROUND The National Highway Traffic Safety Administration (NHTSA) is an agency of the U.S. Department of Transportation (DOT). NHTSA�s mission is to save lives, prevent injuries and reduce economic costs due to road traffic crashes. The agency develops, promotes, and implements effective educational, engineering and enforcement programs with the goal of ending preventable tragedies associated with vehicle use and highway travel. Vehicle fires are responsible for an estimated 643 fatalities, 1,532 injuries, and $2.8 billion in direct property damage annually[1]. They also place a significant burden on firefighting resources and hinder natural disaster response and recovery efforts[2]. Modern vehicles increasingly incorporate combustible plastics and Li-ion batteries, which add to the fire load and intensify the demands on emergency and recovery operations. Firefighters have expressed concern with EVs due to reignition hazards and the large water requirements[3]. Moreover, long-term exposure[4] to fire-retardant chemicals and vehicle fire emissions has been associated with adverse human health effects[5], prompting calls to reassess current vehicle fire safety standards[6]. This Motor Vehicle Fire Safety Research & Analysis research contract is focused on decreasing vehicle fire risk and mitigating harmful effects. The findings of this proposed work will broaden the knowledge on vehicle fire risk including improved safety engineering standards, best practices for vehicle and component design, and emergency planning and response. The research described in the proposed work will address areas covered by the Federal Motor Vehicle Safety Standards as well as contribute to standardized test methods. The effort will ultimately lead to a reduction in fatalities and injuries due to motor vehicle use, and economic loss from property damage and traffic disruption. OBJECTIVE/SCOPE The performer will evaluate different motor vehicles and component fire scenarios and safety solutions by means of outreaching to subject matter experts (SMEs), testing, and simulation and will provide findings and recommendations. PLACE OF PERFORMANCE The work associated with this requirement will be performed at an authorized contractor location. ANTICIPATED PERIOD OF PERFORMANCE The estimated period of performance is for five (5) years. SECURITY REQUIREMENT This acquisition does not deal with classified matters. Where applicable, Agency information security requirements will be met through TAR clause 1252.239-70, �Security requirements for unclassified information technology resources.� SUBMISSION REQUIREMENTS Interested firms should submit their response to include a capabilities statement covering experience, staffing and technical capabilities. The capabilities statement should address the objective/scope outlined above and demonstrate how the firm�s recent past performance (last 3 years) is relevant to the potential task areas, to include listing the dollar value, period of performance, size and scope of the firm�s prior contracts. Capability statements should be no more than 10 pages maximum- in �Times New Roman� 12-inch font on 8.5 x 11 paper. Respondents must submit documents in Word or PDF format. Neither zipped files will be accepted nor telephone requests be honored. Vendors must demonstrate their ability to comply with the requirements in this Sources Sought Notice in order to be considered capable of satisfying the Government�s requirement. CONFIDENTIALITY Do not include proprietary, trade secrets, classified, confidential, or sensitive information in your response to this Sources Sought Notice. The Government shall not be held liable for any damages incurred if proprietary information is submitted, as it is clearly stated this type of information shall NOT be submitted. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. Responses to this Notice will not be returned. SUBMISSION OF RESPONSES Interested parties having the capability to provide human factors research for the division of the Office of Vehicle Crash Avoidance/Electronic Controls Research for Vehicle Safety Research at the National Highway Traffic Safety Administration (NHTSA), please submit a capability statement in no more than 10 pages, which demonstrates the firm�s ability and past experience to perform the key requirements described above to the following contact: michelle.shanahan@dot.gov to include Subject Line: Response to Sources Sought- 693JJ925RQ000074, Structures & Restraints. All submissions are requested no later than 10 calendar days, or by the closing date of this notice. CAPABILITY STATEMENTS To facilitate a timely and comprehensive review of all submitted responses, firms should respond using the format requested in this Notice. Please provide the following information for your firm and for any teaming or joint venture partners: General Information Company name, address, point of contact name, telephone, and email address. Data Universal Numbering System (DUNS) Number and Commercial and Government Entity (CAGE) Code. Business size and classification (e.g., large, small, small-disadvantaged, SBA Certified 8(a), HUBZone, service-disabled veteran-owned, woman-owned) based on NAICS code: 541380, Testing Laboratories and Services. If applicable, potential proposed teaming arrangements to include business size and classification of prime and subcontractors. GSA Federal Supply Schedule (FSS) Number (FSS must include NAICS code 541380, Testing Laboratories and Services). Identify contracts your company has been awarded under NAICS code 541380, Testing Laboratories and Services. Technical Capability: Provide a brief synopsis to support the firm�s ability to perform all of potential areas of the obejective/scope. Identify each task element and provide information to support the firm�s experience, staffing and overall ability to perform the technical area. Evidence of experience and past performance should include contracts/task orders from the past three (3) years similar in scope to this requirement. Examples must include contract numbers, project titles, dollar amounts, periods of performance, and Government points of contact (telephone numbers or email addresses). Documented information to support the firm�s ability to provide the range of research skillsets capability to quickly plan, conduct, and document studies; AND personnel required for this effort in a timely fashion. Any data on previous contracts/task orders on personnel retention and succession planning. Additional Information Indicate if your firm will submit a proposal if a Request for Proposal (RFP) is issued, and if your firms interest is for Prime contracting, teaming agreement or Joint Venture. Validation of, or recommended NAICS codes for this effort. Validation of, or recommended contract type. Validation of, or recommended GSA vehicle In each potential areas of research, indicate any Small Business Subcontracting opportunities, as applicable. Other Recommendations Any information missing from this requirement that would provide a better understanding of the effort desired. Please submit any other questions or comments along with your response. CONTRACTING OFFICE ADDRESS Department of Transportation (DOT) Headquarters, 1200 New Jersey Avenue, SE, Washington, DC 20590. [1] McGree, T. (2024, November). Vehicle Fires. National Fire Protection Research. https://www.nfpa.org/education-and-research/research/nfpa-research/fire-statistical-reports/vehicle-fires [2] Miznazi, A (2024, October). After Hurricane Milton, a growing risk: Flooded electric cars going up in flames. Miami Herald. https://www.miamiherald.com/news/local/environment/climate-change/article293730084.html [3] Barnes A, (2021 Aug. 17) Firefighters have to blast 40 times more water at burning Tesla than other cars. THE HILL. https://thehill.com/changing-america/enrichment/arts-culture/568255-firefighters-have-to-blast-40-times-more-water-at/ [4] Hoehn R M, et al. Environ. Sci. Technol. 2024, 58, 20, 8825�8834 [5] DeBono N L ,et al. Saf Health Work. 2023 Jun;14(2):141-152. [6] United States Congress, �Letter regarding FMVSS 302 Flame Retardants� Senator R. Blumenthal, Honorable H.M Griffith, Honorable D. Matsui (Aug , 2024)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0ce6fb9130d340c3958db05aa5ebe169/view)
- Place of Performance
- Address: Washington, DC 20590, USA
- Zip Code: 20590
- Country: USA
- Zip Code: 20590
- Record
- SN07521766-F 20250725/250723230054 (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 |