SOLICITATION NOTICE
B -- FY 2003 New Car Assessment Program (NCAP) Static Rollover Measurements
- Notice Date
- 12/16/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Transportation, National Highway Traffic Safety Administration (NHTSA), National Highway Traffic Safety Administration HQ, 400 7th Street, SW Room 5301, Washington, DC, 20590
- ZIP Code
- 20590
- Solicitation Number
- DTNH22-03-R-02019
- Response Due
- 12/31/2002
- Archive Date
- 1/15/2003
- Point of Contact
- Henrietta Mosley, Contract Specialist, Phone (202) 366-9570, Fax (202) 366-9555,
- E-Mail Address
-
hmosley@nhtsa.dot.gov
- Description
- The National Highway Traffic Safety Administration (NHTSA) intends to negotiate with FTI/SEA Consulting Inc., Columbus, Ohio for Static Stability Factor (SSF) Measurements of model Year 2003 light duty vehicles in the New Car Assessment Program (NCAP). NHTSA has a need for accurate center-of gravity (CG) height and track width measurements on a selection of approximately 80 light vehicles for the purposes of determining SSF of each vehicle. FTI/SEA can provide testing and measurement services that meet the exacting accuracy and repeatability requirements that NHTSA has determined are necessary in our efforts to address highway safety problems of light vehicle rollover. FTI/SEA has in place the equipment and procedures to meet the technical requirements and schedule. FTI/SEA has recently completed SSF measurements for the 2001 and 2002 NHTSA NCAP program. The services that NHTSA currently requires are of exactly the same type as those provided by FTI/SEA in the 2001 and 2002 programs except that test vehicle loading conditions may be different and, for some tests, vehicle acquisition may not be required (i.e., some test vehicles will be provided to the contractor by the Government). Static Stability Factor is a key determinant of a motor vehicle's resistance to rolling over in crashes. Whereas rollover crashes are a large proportion of serious crashes on the nation's highways, especially fatal ones, the Agency desires to quantify vehicle design characteristics that influence the likelihood of rolling over. Furthermore, since some types of vehicles roll over at a higher rate than others, the Agency may decide to provide ratings based on Static Stability Factor to consumers as a basis for comparing the rollover resistance of new vehicles, and potentially influencing consumers' purchase decisions. In quantifying vehicle rollover resistance, the Agency focused on certain static or quasi-static metrics, including SSF, Critical Sliding Velocity, and Tilt Table Ratio. Some of these metrics required that CG height of a vehicle be a known quantity. Since CG height is a vehicle dimension that cannot be directly measured, the Agency developed a test fixture for that measurement called the Inertial Parameter Measurement Device (IPMD) which consisted of a suspended platform capable of holding a vehicle. In its basic design, the IIPMD is a pendulum which can be rotated through a small deflection angle by the application of a known torque. By geometric analysis, the torque and deflection angle could be used to derive the test vehicle CG height. The system included elements for measuring a vehicle's roll, pitch, and yaw inertia, and also a set of scales for measuring weight at each wheel of a test vehicle. Successive versions of the IPMD were developed, each being an improvement on the previous version, with the goal being to measure CG height as accurately as possible. After five versions were constructed, the IPMD fixture was disassembled, and is no longer available for use. Eventually, the private sector took over the development effort. FTI/SEA's test fixture is similar to the IPMD developed by the agency, but with further refinements and enhancements. The FTI/SEA system called Vehicle Inertial Measurement Facility (VIMF) is a state-of-the-art testing mechanism with increased structural rigidity, a more robust and simplified vehicle restraint mechanism with known inertial properties, and a software driven control and data acquisition system that hastens and simplifies CG height measurement. Most importantly, the design and construction of the VIMF was preceded by a thorough theoretical analysis of the sources of error present in pendulum-based CG height measurement systems. The results of the analysis were used in the design and construction of the VIMF and accounted for in its operation. The contractor shall obtain test vehicles by renting or leasing or by another business arrangement at the contractor's discretion. Test vehicles shall be procured at the contractor's expense. If specified, the contractor shall obtain one of each of the vehicle make/models selected by the Government. Each vehicle shall be new or in as-new condition (e.g., dealer demo). The contractor shall be responsible for all aspects of acquisition of test vehicles for the performance of this contract, including transportation, taxes, registration, warranties, paperwork, tolls, fuel, maintenance and any and all associated costs. The contractor shall prepare each vehicle for testing and measurement. For the NCAP ratings, the contractor shall determine the Static Stability Factor (SSF) of each test vehicle in a driver-only loading configuration. Each test vehicle shall have an anthropomorphic test dummy or a similar device in the driver seating position. Interested firms must show that they have the capability to meet the work requirements. Oral expressions of interest will not be considered. Written expressions of interest must include sufficiently detailed information to demonstrate that interested firms have, or have access to, the requisite equipment and facilities to conduct the required testing/measurements. This information shall also demonstrate that the interested firm has the necessary professional qualifications and relevant experience. A determination by the Government not to compete this proposed effort based upon the responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purposes of determining whether to conduct a competitive acquisition. In the absence of responses from interested firms demonstrating their capability, NHTSA intends to request a proposal from FTI/SEA on a noncompetitive basis for the work described. Responses must be received by the listed procuring office within 15 calendar days from the date of publication of this notice. It is contemplated that an Indefinite Quantity-Fixed-Price Type Contract will be awarded for this effort. The anticipated period of performance is a Base Year of twelve (12) months with four (4) additional twelve (12) month option periods.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOT/NHTSA/NHTSAHQ/DTNH22-03-R-02019/listing.html)
- Record
- SN00224705-F 20021218/021216213231 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |