New Car Assessment Program (NCAP) Rollover Static Stability Factor (SSF) Measurements
ID: 693JJ924RQ000195Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFNATIONAL HIGHWAY TRAFFIC SAFETY ADMINISTRATION693JJ9 NHTSA OFFICE OF ACQUISTIONWASHINGTON, DC, 20590, USA

NAICS

Testing Laboratories and Services (541380)

PSC

EQUIPMENT AND MATERIALS TESTING- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (H223)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 20, 2025, 12:00 AM UTC
  3. 3
    Due Apr 6, 2025, 9:00 AM UTC
Description

The Department of Transportation, specifically the National Highway Traffic Safety Administration (NHTSA), is seeking a contractor to perform highly accurate Center-of-Gravity (CG) height measurements for approximately 35 light vehicles annually over the next five years as part of the New Car Assessment Program (NCAP). The primary objective is to determine the Static Stability Factor (SSF) of each vehicle, which is critical for assessing rollover resistance and ensuring compliance with federal regulations. NHTSA plans to award a sole source contract to SEA, Ltd., which possesses a proprietary Vehicle Inertial Measurement Facility (VIMF) that uniquely qualifies them for this task, with an estimated contract value of $548,492 over six years, including a potential six-month extension. Interested parties can reach out to Thomas Vandell at thomas.vandell@dot.gov or 202-366-0626 for further information.

Files
Title
Posted
Mar 26, 2024, 1:11 PM UTC
The National Highway Traffic Safety Administration (NHTSA) seeks to justify the use of other than full and open competition to award a sole source contract to SEA, Ltd. for continuing Static Stability Factor (SSF) measurements as part of the New Car Assessment Program (NCAP). This indefinite delivery, indefinite quantity contract is estimated at $548,492 over a six-year period, including one optional six-month extension. SEA, Ltd. is uniquely qualified due to its proprietary Vehicle Inertial Measurement Facility (VIMF), which accurately measures Center-of-Gravity height in vehicles, a capability unmatched by any other vendor. A market analysis conducted revealed no alternative sources could effectively meet these requirements, reinforcing SEA, Ltd.’s singular role in providing this essential data. The absence of competitive alternatives and the risk of service disruption—impeding the issuance of Rollover Resistance Ratings mandated by federal regulation—further justifies the sole source approach. NHTSA's procurement strategy includes thorough cost analysis to ensure fair pricing, underpinning the necessity and rationale for this procurement decision, which has been validated by agency contracting officers.
Mar 26, 2024, 1:11 PM UTC
Lifecycle
Title
Type
Similar Opportunities
Technical Expertise and Support Services for FHWA Office of Safety - Industry Day Presentation Slides
Buyer not available
The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking technical expertise and support services for its Office of Safety, with an upcoming Request for Proposal (RFP) anticipated for release in Q2 2025. The primary objective is to enhance roadway safety through a comprehensive approach that includes technical support, professional capacity building, audience outreach, and operations support across various activities such as research, policy analysis, and training. This initiative reflects the federal commitment to improving transportation safety and aims to engage industry collaboration to address federal procurement requirements systematically, with an estimated contract value of $58 million. Interested vendors can reach out to Monique Snow-Manning at monique.snowmanning@dot.gov or Carolyn Lethert at carolyn.lethert@dot.gov for further information.
Technical Expertise and Support Services for FHWA Office of Safety
Buyer not available
The Department of Transportation, through the Federal Highway Administration (FHWA), is preparing to issue a Request for Proposal (RFP) for Technical Expertise and Support Services aimed at enhancing roadway safety. This procurement will be a multiple award Indefinite-Delivery, Indefinite Quantity (IDIQ) contract, with an estimated value of $58 million over five years, focusing on providing technical support, research, training, and operational assistance to achieve the FHWA's safety objectives. A Virtual Industry Day is scheduled for November 21, 2024, at 12:00 PM Eastern Time, where interested industry partners can learn more about the requirements and engage with FHWA representatives; RSVP is required by October 24, 2024. For further inquiries, interested parties may contact Monique Snow-Manning at monique.snowmanning@dot.gov or Carolyn Lethert at carolyn.lethert@dot.gov.
Developing Pedestrian Realistic Artificial Datasets (RADs)
Buyer not available
The Department of Transportation, specifically the Federal Highway Administration (FHWA), is soliciting proposals for the development of Realistic Artificial Datasets (RADs) focused on pedestrian volumes to enhance roadway safety. The primary objectives include identifying gaps in existing pedestrian data, utilizing advanced technologies such as artificial intelligence to generate these datasets, and creating a standalone software solution that will aid in safety research and urban planning. This initiative is crucial in addressing the rising pedestrian fatalities and improving safety measures for vulnerable road users. The contract is expected to be awarded as a firm-fixed price agreement, with an estimated budget of $400,000 over a performance period of 30 months. Proposals are due electronically by April 25, 2025, and interested parties can contact Amalia Rodezno at amalia.rodezno@dot.gov or Jonathan Agudelo at jonathan.agudelo@dot.gov for further information.
Notice of Intent to Sole Source – Mobility Research Inc.
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole-source contract to Mobility Research Inc. for the procurement of a LiteGait 500X mobility device, which is essential for patient rehabilitation at the Mark O. Hatfield Clinical Research Center. This acquisition aims to replace an outdated mobility device to ensure compliance with patient safety standards and enhance rehabilitation outcomes for patients requiring physical therapy. The LiteGait device, which supports patients up to 500 pounds and adheres to a "no lift" policy, is critical for maintaining operational efficiency and safety in clinical settings. Interested parties may submit their interest and capabilities to Kristin Nagashima at kristin.nagashima@nih.gov by May 9, 2025, at 4 PM EST, with the total contract value estimated at $27,245.
Recreational Boat Testing and Compliance Program (RPTCP)
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide technical and management services for the Recreational Boat Testing and Compliance Program (RBTCP). This program aims to ensure compliance with federal safety regulations by inspecting and testing recreational boats and associated marine equipment, thereby enhancing boating safety and removing non-compliant vessels from the market. The contract will involve conducting inspections at various locations, including manufacturer facilities and boat shows, and will span one year with the option for four additional years, contingent on funding and mission needs. Interested parties must respond to the Sources Sought Notice by April 23, 2025, and can contact Jesse L. Womack or Kenechukwu A. Anakor for further information.
66--ACCELEROMETER,ELECT, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is seeking to procure accelerometers for repair and modification purposes. The procurement involves a specific National Stock Number (NSN 7H-6680-015589501-X5) with a quantity of 10 kits, and it is noted that the government does not own the rights to the data necessary for alternative sourcing, making reverse engineering uneconomical. This equipment is critical for measuring liquid and gas flow, liquid levels, and mechanical motion, which are essential functions in various defense applications. Interested parties are encouraged to express their interest and capability to respond to this requirement within 45 days of the notice, with proposals being considered for a potential contract that will be negotiated with only one source. For further inquiries, Carly A. Gassert can be contacted at (717) 605-5693 or via email at carly.gassert@navy.mil.
Wheelchair Transportation Services
Buyer not available
The Department of Defense, specifically the Naval Research Laboratory (NRL), is seeking quotations for wheelchair transportation services for an employee who uses an electric wheelchair. The service will provide round-trip transportation from the employee's residence in Great Falls, VA, to NRL in Washington, DC, three days a week, starting May 4, 2025, for a duration of one year. This procurement is crucial for ensuring accessible transportation for individuals with mobility challenges, reflecting the government's commitment to providing necessary accommodations. Interested vendors must submit their quotations via email to Katrina Gallagher at katrina.t.gallagher.civ@us.navy.mil, with a focus on compliance with the outlined specifications and requirements by the submission deadline.
LTC - 2510-015678335
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is preparing to issue a presolicitation for a firm-fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract for the procurement of National Stock Number (NSN) 2510-015678335, which pertains to vehicular windows. This acquisition is crucial for maintaining the operational readiness of military vehicles, with an estimated annual demand quantity of 721 units, and will include a base period of three years along with two optional one-year periods. Interested small businesses are encouraged to participate in this opportunity, as the solicitation will be set aside for total small business participation, with a projected issue date around April 29, 2025, and a response deadline estimated for May 29, 2025. For further inquiries, potential offerors can contact Marshall Lynn at marshall.lynn@dla.mil or Norma Brookins at Norma.Brookins@dla.mil.
Mobile Manipulator System
Buyer not available
The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking information from potential sources for a Mobile Manipulator System to support its research and development of quantitative standard test methods for mobile manipulators in manufacturing environments. The procurement aims to acquire an advanced, integrated mobile manipulator capable of operating in both indoor and outdoor settings, which will facilitate the development of performance metrics and standardized test methods essential for benchmarking robotic capabilities. This initiative is critical for maintaining global competitiveness and advancing the field of robotics, with a focus on enhancing communication with stakeholders through hands-on demonstrations. Interested parties should respond to the primary contact, Hunter Tjugum, at hunter.tjugum@nist.gov by email, providing detailed information about their capabilities and products by the specified deadline, ideally within 14 business days of the notice issuance.
25--SEAT,VEHICULAR
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of vehicular seats under the solicitation titled "25--SEAT,VEHICULAR." This opportunity involves the supply of 55 units of National Stock Number (NSN) 2540016665103, with a potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $250,000, with a guaranteed minimum of 8 units. The seats are critical components for military vehicles, ensuring operational readiness and comfort for personnel. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.