SOLICITATION NOTICE
B -- Advanced Technology Testing for the New Car Assessment Program (NCAP)
- Notice Date
- 1/31/2013
- Notice Type
- Combined Synopsis/Solicitation
- 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
- DTNH22-13-R-00672
- Archive Date
- 3/2/2013
- Point of Contact
- Lionel Johnson, Phone: 2023660498, Robin Denise Gates, Phone: 2023661736
- E-Mail Address
-
Lionel.Johnson.CTR@dot.gov, nhtsaoam@dot.gov
(Lionel.Johnson.CTR@dot.gov, nhtsaoam@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- The U. S. Department of Transportation, National Highway Traffic Safety Administration (DOT/NHTSA) and the Office of Crash Avoidance Standards has a new requirement, specifying tests to be performed on new motor vehicles, to determine the performance of certain advanced technologies. This testing will be used to provide information to consumers as part of the New Car Assessment Program. The purpose of this contract is to conduct testing of new vehicles and new advanced technology systems to confirm they perform minimum levels of performance as outlined in specified test procedures. This work will consist of all year-around outdoor dynamic vehicle testing, non-destructive testing and data gathering. The Contractor shall provide qualified personnel, facilities, services, materials, supplies, and equipment, except government furnished properties, necessary to perform the inspection, testing and reporting services for the crash avoidance advanced technology testing for New Car Assessment Program (NCAP) including but not limited to Lane Departure Warning Systems (LDW), Lane Keeping Support Systems (LKS), Forward Crash Warning System (FCW), Electronic Stability Control Systems (ESC), Crash Imminent Braking Systems (CIB), and Dynamic Brake Support (DBS) systems. The Contractor must provide year-around testing and data gathering and analysis as directed by delivery orders. The contractor shall have experienced staff capable of performing the advanced technology testing per referenced test procedures. The NAICS Code for this contract is 541380. Contractors must be registered in the Central Contractor Registration Database located at http://www.ccr.gov, and must complete electronic representatives and certification on the ORCA database located at http://orca.bpn.gov to be considered for contract award. It is the Government's intent to award an Indefinite Delivery, Indefinite Quantity, Firm Fixed Price Contract resulting from the solicitation, 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 FedBizOpps Internet site 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. All work required hereunder including preparation, submission, review, and acceptance of final reports shall be completed within Twenty-four (24) months of the effective date of the contract. In addition, this contract includes a provision whereby the Government has the right to exercise up to three (3) one year option periods for thirty-six (36) months, making the total possible period of performance for five (5) years. Solicitation No. DTNH22-13-R-00672 will be available to download at http://www.fedbizopps.gov/ on or about Wednesday, February 20, 2013.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/NHTSA/NHTSAHQ/DTNH22-13-R-00672/listing.html)
- Place of Performance
- Address: 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590, United States
- Zip Code: 20590
- Zip Code: 20590
- Record
- SN02976980-W 20130202/130131234644-aaa9b2c841a24a3d3dc3360c45d90f71 (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 |