***END OF AMENDMENT 000001***
**PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED**
(i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Interested parties are responsible for monitoring this site to ensure they have the most current information in reference to this acquisition.
(ii) The solicitation number for this procurement is DTNH2217Q00033 and is issued, as a Request for Quote (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-95.
(iv) The North American Industry Classification System (NAICS) code associated with this procurement is 334515. The small business size standard is 750 employees. This procurement has been 100% set-aside for small business participation.
(v) Contract Line Item Numbers (CLINS). NHTSA intends to award a Firm Fixed-Price Contract.
B.1 Price Proposal: Implement and install In-Dummy DAS Hardware for THOR-50M:
B.1.1 PRICE SCHEDULE
Base Period: Base Period costs shall cover the period from the effective date of contract award through six (6) months.
B.1.1 Base Period
|
Unit of Measure |
Unit Price |
Total Amount |
Implement and install In-Dummy DAS Hardware for THOR-50M IAW Section C, Statement of Work |
1 LOT |
$ |
$ |
TOTAL PRICE BASE PERIOD |
|
$ |
(End of Section B)
PART I - THE SCHEDULE
SECTION C ‑ DESCRIPTION, SPECIFICATIONS, WORK STATEMENT
Implement and Install THOR 50M In-Dummy Date Acquisition System
C.1 BACKGROUND
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. To that end, NHTSA's Office of Vehicle Safety Research has been coordinating the activities associated with the development of Test device for Human Occupant Restraint (THOR) advanced frontal 50th percentile male dummy. THOR-50M incorporates substantial improvements in bio-fidelity and measurement/injury prediction capability compared with older dummies.
In an effort to improve the usability of the THOR-50M ATD, NHTSA is investigating the feasibility of incorporating of an in-dummy data acquisition system (DAS). Currently, each sensor in the THOR has one or more cables which are routed into a large bundle at the pelvis, known as the umbilical, which can be several inches in diameter. The umbilical extends roughly 9 meters and terminates in connectors appropriate for the DAS used by the given test lab. The umbilical presents several usability concerns, including obstruction of high-speed video images, increased vehicle test weight, and interference with the intended seating procedure. A self-contained DAS within the dummy would reduce per-test costs, prevent the need and risk of failure of interface cables necessary to connect standard umbilical cable terminals to lab-specific DAS systems, and improve usability overall.
C.2 OBJECTIVE
The overall objective of this project is to acquire the hardware necessary to implement in-dummy DAS in a THOR-50M, and install this hardware in a NHTSA-owned THOR-50M ATD.
C.3 GENERAL REQUIREMENTS
The general intent of this project to acquire the hardware necessary to implement in-dummy DAS in a THOR-50M, and install this hardware in a NHTSA-owned THOR-50M ATD. Deliverables shall include all instrumentation and data acquisition system hardware necessary to record the defined critical channels, drawings of any modifications to the THOR-50M design necessary to install the hardware, and any software and documentation needed to successfully collect sensor data during an impact event.
The following requirements are of a non-task-specific nature, but apply to the work required:
C.4 SPECIFIC REQUIREMENTS
C.4.1 Task 1.1: In-Dummy DAS Hardware for THOR-50M
The Contractor shall produce a complete in-dummy DAS solution for the THOR-50M ATD. The in-dummy DAS solution, as installed, shall not change the geometry or inertial properties of the existing THOR-50M ATD, and shall not negatively influence usability, durability, repeatability and reproducibility, or bio-fidelity. Installation of the in-dummy DAS solution in the THOR-50M ATD shall not result in a greater than five percent (5%) deviation from the pre-installation response for any of the performance specification parameters defined for each test condition in the THOR-50M Qualification Procedures Manual, August 2016 draft (https://one.nhtsa.gov/DOT/NHTSA/NVS/Biomechanics%20&%20Trauma/THOR%20Advanced%20Crash%20Test%20Dummy/THOR-50M_Qualification_August2016.pdf).
The contractor shall deliver a complete in-dummy DAS system capable of recording at least 1 second of data at a 10,000 Hz or higher sampling rate for a minimum of 128 channels in non-volatile memory. The in-dummy DAS shall be capable of powering and recording, at a minimum, the THOR-50M critical instrumentation listed in Table 1. The in-dummy DAS system shall be powered by a battery(ies) with sufficient capacity to keep the system operational for ten (10) minutes before the test until sufficient time after the test to allow sensor data to be successfully recorded to non-volatile memory. The in-dummy DAS system shall provide a method of triggering data recording which can be integrated with existing triggering mechanisms for other DAS units and/or high-speed video systems. All cabling and hardware interfaces necessary for operation of the DAS shall be delivered.
The contractor shall deliver sensors capable of recording, at a minimum, the critical measurement channels described in Table 1. For each sensor, the contractor shall propose one of the three approaches listed below for providing the hardware. The contractor may provide all sensors using the same approach, or may select different approaches for each sensor. The contractor may also propose more than one configuration (for instance, providing all sensors using Option 1, providing all sensors using Option 3, or providing half of the sensors using Option 2 and half of the sensors using Option 3, etc.). The contractor shall describe the proposed approach for each sensor in their response to the RFP:
Three (3) Optional Approach Scenarios:
Option 1: fabricate the sensor as necessary to interface with the in-dummy DAS;
Option 2: procure the sensor from a third-party supplier and make necessary modifications to the cabling to interface with the in-dummy DAS;
Option 3: obtain the sensor from NHTSA as GFE and make necessary modifications to the cabling to interface with the in-dummy DAS.
The in-dummy DAS system must include a method of post-test download of the recorded data to a computer system. This method may be a wireless connection (such as Wi-Fi or Bluetooth) or a physical connection (such as Ethernet or USB). If any software or documentation is required to download the data, it must be included as a deliverable.
The place of performance for this project shall be limited to the government's on-site location; as no government property (i.e. THOR-50M ATD) shall be permitted to be taken off-site by the contractor for this project. The contractor must install the in-dummy DAS solution along with the associated sensors on a NHTSA-owned THOR-50M ATD on-site at the Vehicle Research and Test Center (VRTC) in East Liberty, OH.
Table 1. THOR-50M Critical Instrumentation (see next page)
Sensor Attachment |
Sensor Type |
Axes of Measurement |
Number of Channels |
|
|
|
|
Head CG |
Accelerometer |
Acceleration: X, Y, Z |
3 |
Head CG |
Angular rate sensor |
Angular Rate: X, Y, Z |
3 |
Head/Neck (OC) |
Rotational potentiometer |
Angle: Y |
1 |
Head/Neck (Spring) |
Load cell |
Force: Front, Rear |
2 |
Upper Neck |
Load cell |
Force: X, Y, Z; Moment: X, Y, Z |
6 |
Upper Left Thorax |
IR-TRACC |
Displacement: X |
1 |
Upper Left Thorax |
Rotational potentiometer |
Angle: Y, Z |
2 |
Upper Right Thorax |
IR-TRACC |
Displacement: X |
1 |
Upper Right Thorax |
Rotational potentiometer |
Angle: Y, Z |
2 |
T6 |
Accelerometer |
Acceleration: X, Y, Z |
3 |
Lower Left Thorax |
IR-TRACC |
Displacement: X |
1 |
Lower Left Thorax |
Rotational potentiometer |
Angle: Y, Z |
2 |
Lower Right Thorax |
IR-TRACC |
Displacement: X |
1 |
Lower Right Thorax |
Rotational potentiometer |
Angle: Y, Z |
2 |
Left Abdomen |
IR-TRACC |
Displacement: X |
1 |
Left Abdomen |
Rotational potentiometer |
Angle: Y, Z |
2 |
Right Abdomen |
IR-TRACC |
Displacement: X |
1 |
Right Abdomen |
Rotational potentiometer |
Angle: Y, Z |
2 |
Thoracic Spine |
Load cell |
Force: X, Y, Z; Moment: X, Y |
5 |
Left Acetabulum |
Load cell |
Force: X, Y, Z |
3 |
Right Acetabulum |
Load cell |
Force: X, Y, Z |
3 |
Left ASIS |
Load cell |
Force: X; Moment: Y |
2 |
Right ASIS |
Load cell |
Force: X; Moment: Y |
2 |
Pelvis |
Accelerometer |
Acceleration: X, Y, Z |
3 |
Left Femur |
Load cell |
Force: X, Y, Z; Moment: X, Y, Z |
6 |
Right Femur |
Load cell |
Force: X, Y, Z; Moment: X, Y, Z |
6 |
Left Knee |
Linear potentiometer |
Displacement |
1 |
Right Knee |
Linear potentiometer |
Displacement |
1 |
Left Upper Tibia |
Load cell |
Force: X, Y, Z; Moment: X, Y |
5 |
Right Upper Tibia |
Load cell |
Force: X, Y, Z; Moment: X, Y |
5 |
Left Lower Tibia |
Load cell |
Force: X, Y, Z; Moment: X, Y |
5 |
Right Lower Tibia |
Load cell |
Force: X, Y, Z; Moment: X, Y |
5 |
Left Ankle |
Rotational potentiometer |
Angle: X, Y, Z |
3 |
Right Ankle |
Rotational potentiometer |
Angle: X, Y, Z |
3 |
|
|
Total channels to record: |
94 |
C.4.2 Task 1.2. Final Review Meeting
An in-person final review meeting shall be conducted at the VRTC upon successful completion of Task 1.1. The purpose of this meeting will be to demonstrate successful collection of sensor data during an impact event, which may be a sled test or qualification test.
C.5 FACILITIES REQUIRED
None/Government on-site services required.
C.6 REFERENCES
THOR-50M Drawing Package (August 2016):
C.7 Materials
The contractor shall be required to purchase materials to install their proposed in dummy DAS solution along with the associated sensors on a NHTSA-owned THOR-50M ATD.
C.8 Government Furnished Equipment/Property
Access to Government Property is being provided; however, no GFP shall be allowed to be removed from the government's VRTC laboratory spaces located in East Liberty, OH.
However, if required by the contractor, THOR-50M ATD sensors listed above in Table 1 above will be provided as GFE.
C.9 Travel
The contractor shall be required to travel to NHTSA's VRTC location to perform the in dummy sensor installation.
The contractor's staff shall be required to make up to two (2) trips to VRTC: 1) to install the in-dummy DAS hardware in a NHTSA-owned THOR-50M ATD, and 2) to hold a final review meeting. However, if desired, these two separate trips may be combined into one.
(End of Section C)
D. INTRODUCTION
D.1 Administrative Consideration
D.1.1 Points of Contacts
D.1.1.1 Contractor's Project Manager:
TBD
D.1.1.2 NHTSA COR:
TBD
U.S. Department of Transportation
National Highway Traffic Safety Administration
Washington, DC 20590
Phone: (202) 366-XXXX
Email: [email protected]
D.1.1.3 NHTSA ACOR:
TBD
Vehicle Research Test Center (VRTC)
East Liberty, OH 43319
Phone: (937) 666-XXXX
Email: [email protected]
D.2 Place of Performance:
D.2.1 Vehicle Research Test Center (VRTC)
East Liberty, OH 43319
D.3 Duration of Task:
D.3.1 Estimated Period of Performance: The Period of Performance for this firm fixed-price contract shall be a Base Period of six (6) months from the award date of award. There is no obligation by NHTSA to renew this contract beyond the initial fixed order term.
D.3.2 Effective: TBD, this contract will be a firm fixed-price six-month contract.
(viii) 52.212-1, Instructions to Offerors-- Commercial Items (JAN 2017).
E.1 Solicitation Provisions-
FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998). This solicitation and any resulting contract incorporates one or more provisions and clauses with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: (http://www.aquisition.gov/far/)
The contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses.
(ix) 52.212-2, Evaluation--Commercial Items (OCT 2014).
As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows:
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Listed in descending order of importance:
(a.i) Section C.4, "Specific Requirements"
The offeror will be evaluated based upon the offeror's technical capabilities for meeting the specific requirements in Section C.4.
(a.ii) Past Performance
This factor will be scored based upon the offeror's corporate experience and past performance performing similar work involving data acquisition systems as described in Section C.4.
(a.iii) Price.
The Offeror is expected to establish a reasonable price relationship between all price/cost elements listed in their Cost Proposal. An evaluation of the Offeror's Cost Proposal will be made to determine if the cost is realistic for the work to be performed, reflects a clear understanding of the requirements, and is consistent with the technical proposal. Reasonableness determinations will be made by determining if competition exists, by comparing proposal prices with established commercial market prices, General Services Administration price schedules, and/or by comparing proposal prices with the Independent Government Cost Estimate (IGCE).
All evaluation factors other than price, when combined, are significantly more important than price.
(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(x) 52.212-3, Offeror Representations and Certifications--Commercial Items (JAN 2017).
(xi) 52.212-4, Contract Terms and Conditions-- Commercial Items (JAN 2017).
(xii) 52.212-5, Contract Terms and Conditions Required to Implement Statues or
Executive Orders-- Commercial Items (JAN 2017).
(xiii) Special Contract Clauses and Provisions.
E.2 FAR Part 52.217-8 Option to Extend Services. (NOV 1999)
As prescribed in 17.208(f), insert a clause substantially the same as the following:
Option to Extend Services (Nov 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance
hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days.
(End of clauses)
E.4 SPECIAL PROVISIONS
Seat Belt Use Policies and Programs
In accordance with Executive Order 13043, the recipient of this award is encouraged to adopt and enforce on-the-job seat belt use policies and programs for its employees when operating company-owned, rented, or personally owned vehicles. The National Highway Traffic Safety Administration (NHTSA) is responsible for providing leadership and guidance in support of this Presidential initiative. Information on how to implement such a program or statistics on potential benefits and cost-savings to companies or organizations, can be found in the Click It or Ticket section on NHTSA's website at www.nhtsa.dot.gov. Additional resources are available from the Network of Employers for Traffic Safety (NETS), a public-private partnership headquartered in Washington, DC dedicated to improving the traffic safety practices of employers and employees. NETS is prepared to help with technical assistance, a simple, user-friendly program kit and an award for achieving the goal of 90 percent seat belt use. NETS can be contacted at 1 (888) 221-0045, or visit its web site at
This Special Provision shall be included in all contracts, subcontracts, and assistance agreements entered into by the recipient under this award.
(xiv) Defense Priorities and Allocations System (DPAS)
N/A = Not Applicable
(xv) Date, time and place offer are due.
Proposals shall be transmitted electronically via email to Omari Fennell (with a courtesy copy to Vincent Lynch) on or before Wednesday September 13th, 2017, not later than 1:00 pm EST.
(xvi) Name and Telephone of individual to contact for more information.
ADDITIONAL INFO:
Questions pertaining to the is acquisition should address to Omari Fennell, Contract Specialist, via email at [email protected] with a courtesy copy to Vincent Lynch, Contracting Officer via email [email protected], as soon as possible but not later than 11:00 am, EST, Saturday, September 9th, 2017. Phone calls will not be entertained.
Department of Transportation(DOT)National Highway Traffic Safety Administration (NHTSA) invites contractors to submit a quote for services described in the attached Request for Quote (RFQ).
INSTRUCTIONS FOR SUBMITTAL: Offerors are hereby reminded that a Best Value Source selection decision will be made after review of all Technical and Cost Proposals received in response to this solicitation to the Lowest Priced Technically Acceptable (LPTA) Offeror, whose quoted price represents the best value to the government.