Title: Full-Scale Vehicle Side Impact Moving Deformable Barrier Testing, Full-Scale Vehicle Side Pole Barrier Impact Testing, and Side Air Bag Out-of-Position Testing for the New Car Assessment Program (NCAP)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.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 meet the Federal requirements by generating the test data that will be used to assign frontal crash ratings to new vehicles and provide other vehicle safety related information to consumers.The Contractor shall provide all qualified personnel, facilities, services, materials, supplies, and equipment, unless identified as Government Furnished Property (GFP), necessary to perform the following: inspection, dynamic testing, and reporting services for full-scale vehicle side impact moving deformable barrier (MDB) and full-scale vehicle side pole barrier impact testing for the New Car Assessment Program (NCAP); indicant testing in accordance with the requirements of Federal Motor Vehicle Safety Standard (FMVSS) No. 301 "Fuel system integrity," and FMVSS No. 305 "Electric-powered vehicles: electrolyte spillage and electrical shock protection;" supplemental NCAP Child Restraint System (CRS) research testing; qualification testing for the full range of test dummies identified in the test procedures; Side Air Bag Out-of-Position (SAB-OOP) testing; test instrumentation calibration; post-test restraints deactivation activities; and additional vehicle inspection, parts removal, and measurements.It is critical that the Contractor either possess or have unrestricted access to all the necessary personnel, facilities, and equipment to perform the testing services. The Contractor shall have qualified personnel who are fully capable of performing dynamic testing per the NCAP full-scale vehicle side impact MDB and side pole barrier impact testing, SAB-OOP testing, and testing to all applicable FMVSSs with the facilities and equipment specified above. These personnel shall have a solid understanding of crash test vehicle preparation, restraint systems, dummy qualification, dummy seating procedures, data acquisition and processing, data acquisition system troubleshooting, and still and high-speed photography. In addition, these personnel shall have a strong understanding of the dynamic interaction of vehicle components during a crash test such as deformation of vehicle structure, intrusion into the occupant compartment, loading of the restraint systems (belts and/or air bags) by the test dummy.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) Firm Fixed Price (FFP) Contract with Cost Reimbursement elements 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 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.Questions Due: No later than April 28, 2020 at 2:00 PM ETResponses Due: No later than May 18, 2020 at 2:00 PM EtPeriod of Performance: Sixty (60) months from date of award.Contract Award: The anticipated award date for resultant contract is expected to be around September 2020