SOLICITATION NOTICE
A -- Potential impact of reduced U.S. petroleum consumption or imports on U.S. military spending
- Notice Date
- 4/22/2013
- Notice Type
- Presolicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- 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-00726
- Archive Date
- 5/22/2013
- Point of Contact
- Lionel Johnson, Phone: 202-366-0498, Robin D. Gates, Phone: 202-366-1736
- E-Mail Address
-
Lionel.Johnson.CTR@dot.gov, robin.gates@dot.gov
(Lionel.Johnson.CTR@dot.gov, robin.gates@dot.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- This serves as a "Notice of Intent" to negotiate a Sole Source Contract with the Tribal Tech, LLC under the 8(a) Program in accordance with Subpart 19.8 of the Federal Acquisition Regulation and Subchapter 1219.8 of the Transportation Acquisition Regulation. The National Highway Traffic Safety (NHTSA) and the U.S. DOT Volpe National Transportation System Center (VNTSC) has a requirement as part of the Energy Policy Conservation Act, Corporate Average Fuel Economy (CAFE) standards for passenger cars and light trucks that were enacted into law by Congress in 1975 with the goal of increasing fuel economy and reducing dependence on foreign oil. VNTSC has developed a model (the "CAFE model") to estimate changes to the vehicle fleet due to the CAFE regulations and also estimate the resulting costs and benefits. Currently, the model accounts for changes of such vehicle attributes as engines, transmissions, tires, aerodynamic improvements, and mass reduction. In order to improve the abilities of the CAFE model, additional vehicle attributes need to be studied to understand their costs and effects on vehicle characteristics. The primary objective of this requirement is to provide support in estimating the production cost of changes to certain vehicle attributes, and determine the extent to which such changes would impact weight, aerodynamic drag, fuel economy, performance (e.g., power/weight), and/or utility (e.g., seating capacity), and to evaluate potential barriers (e.g., sunk costs for tooling, part sharing between platforms, and model refresh/re-design schedules) to application of such changes. Such support would include reviewing and analyzing certain documents that contain confidential business or otherwise-protected information. Tribal Tech must therefore agree to abide by agency policy in handling, sharing, and disposing of these documents as required by federal regulation, including signing written agreements regarding the handling and disposal of documents containing such information. At the end of the study, Tribal Tech, LLC shall further assist NHTSA and VNTSC in identifying inputs for the agency's own the modeling analysis and economic forecasting, and in verifying and communicating those inputs in a transparent manner. The period of performance will be ten (10) months from the effective date of award but there are 2 optional tasks that could be added to the contract, examining the effect of 4WD vehicles and the effect of 3 rd row seats. It is our belief that adding these options wouldn't cause the period of performance to increase; however, if good cause is shown, we are amenable to extending the period of performance. The es timated cost of the Required Tasks of this study is $500,000. The estimated cost of the Optional Tasks of this study is $350,000. This notice to negotiate a sole source contract is not a request for proposals or quotations; however, any responses to this sole source must be recieved in writing and sent to Lionel Johnson at email: Lionel.Johnson.CTR@dot.gov to be considered by the Government for the purpose of determining whether or not to compete the requirement. All interested parties requesting additonal information, communicate concerns, or direct any questions concerning this acquisition to Lionel Johnson at (202) 366-0498, emial: Lionel.Johnson.CTR@dot.gov. This notice of intent is a request for proposals and a solicitation for offers. A determination by the Government not to compete this proposed requirement based on responses to this notice is solely within the discretion of the Government. The anticipated award date is June 15, 2013. The Government will consider responses from all responsible sources received by the date and time identified above. Written responses must include sufficient information to establish capability to fulfill the requirement. Any responses received will only be considered for the purpose of determining whether to conduct a competitive procurement in lieu of the sole source extension described in this notice, and such determination shall be made at the sole discretion of NHTSA.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/NHTSA/NHTSAHQ/DTNH22-13-R-00726/listing.html)
- Place of Performance
- Address: 1200 New Jersey Avenue, S.E., Washington, District of Columbia, 20590, United States
- Zip Code: 20590
- Zip Code: 20590
- Record
- SN03042533-W 20130424/130422234624-1baabcddde05e330b849d39705ccf02f (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 |