SPECIAL NOTICE
H -- New Car Assessment Program (NCAP) Dynamic Rollover Tests
- Notice Date
- 2/19/2020 8:44:32 AM
- Notice Type
- Special Notice
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- 693JJ9 NHTSA OFFICE OF ACQUISTION WASHINGTON DC 20590 USA
- ZIP Code
- 20590
- Solicitation Number
- 693JJ920R000019
- Response Due
- 3/4/2020 10:00:00 AM
- Archive Date
- 03/19/2020
- Point of Contact
- Larry J. Bursey, Phone: 2023669773, Sherese A. Gray, Phone: 2023663998
- E-Mail Address
-
larry.bursey.ctr@dot.gov, sherese.gray@dot.gov
(larry.bursey.ctr@dot.gov, sherese.gray@dot.gov)
- Description
- Notice Type:� Synopsis ��������� ����������� Solicitation Number:� 693JJ920R000019 This is a Pre-Solicitation notice (synopsis) for a procurement in accordance with FAR Part 5.203; to provide notice of the Government�s proposed contract action listed herein.� Title: New Car Assessment Program (NCAP) Dynamic Rollover Tests Description(s): Title: New Car Assessment Program (NCAP) Dynamic Rollover Tests The National Highway Traffic Safety Administration�s (NHTSA) mission is to save lives, prevent injuries, and reduce traffic-related health care and other economic costs.� The agency develops, promotes, and implements effective educational, engineering, and enforcement programs with the goal of ending vehicle crash tragedies and reducing economic costs associated with vehicle use and highway travel. NCAP is a consumer information program conducted by NHTSA.� Its major goals are to: (1) provide consumers with relative safety ratings information to assist them in their vehicle purchasing decisions and (2) use market forces to motivate automobile manufacturers to design vehicles to a higher level of occupant protection.� To accomplish these goals, NHTSA utilizes testing contracts to conduct NCAP testing and release test results to the public as quickly as possible so that consumers can use this information when selecting a new vehicle to purchase. NCAP has been publishing comparative consumer information on frontal crashworthiness of new vehicles since 1979, on side crashworthiness since 1997, and on rollover resistance since January 2001. The objective of this contract is to provide inspection, testing, and reporting services for NCAP.� Federal law requires new passenger vehicles to be labeled with NCAP safety ratings information published by NHTSA.� The work described herein will allow NCAP to collect test data that can be used in determining the rollover resistance of new vehicles so that those vehicles can be rated in such a way that consumers can consider this information while in the market for a new vehicle. � The Contractor shall provide all facilities, services, materials, supplies, and equipment (except government furnished property) necessary to perform activities associated with the Fishhook Maneuver Test Procedure.� In general, the Contractor must have a facility in which to prepare the vehicles for testing, and a facility in which to test the vehicles.� The test facility must consist of a large test track with a dry, uniform, solid-paved surface.� The road test surface must produce a peak friction coefficient of approximately 0.9 when measured using the American Society for Testing and Materials (ASTM) E1136 standard reference test tire (or an equivalent friction coefficient using a conversion factor with an ASTM F2493 standard reference test tire) in accordance with ASTM Method E1337.� The Contractor shall document the facilities they intend to use to complete the testing.� Solicitation Information: This acquisition is being offered for full and open competition. The NAICS Code for the anticipated contract is 541380.� Offeror must be registered in the Systems for Award Management Database located at http://www.sams.gov, and must complete electronic representations 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 (IDIQ) Contract, whereby Firm-Fixed Price (FFP) and Cost Reimbursement (CR) Delivery Orders will be issued in accordance with Federal Acquisition Regulations (FAR) 16.5. to the responsible offeror(s) whose proposal, conforming to the solicitation, is most advantageous to the Government based on the evaluation factors contained in the solicitation.� It is the potential Offeror's responsibility to monitor the www.FedBizOpps.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 estimated date for release of the solicitation is on or about March 30, 2020. Period of Performance:� Sixty (60) months from date of award. Contract Award: The anticipated award date for resultant contract is expected to be around August 2020.� Contracting Office Address: 1200 New Jersey Ave, S.E. Washington, D.C. 20590 � Place of Performance: TBD Primary Point of Contact.: Larry Bursey larry.bursey.ctr@dot.gov Phone: 202-366-9773 ���������������������������������������������������������������������������������������� Secondary Point of Contact.: Sherese Gray Sherese.Gray@dot.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/24d93f627c634d218d352d71493d0b04/view)
- Place of Performance
- Address: Washington, DC 20590, USA
- Zip Code: 20590
- Country: USA
- Zip Code: 20590
- Record
- SN05565125-F 20200221/200219230139 (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 |