National Advanced Driving Simulator (NADS)
ID: 693JJ925RQ000037Type: Sources Sought
Overview

Buyer

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

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

GENERAL SCIENCE & TECHNOLOGY R&D SVCS; GENERAL SCIENCE & TECHNOLOGY; R&D FACILITIES & MAJ EQUIP (AJ15)
Timeline
    Description

    The National Highway Traffic Safety Administration (NHTSA) is seeking qualified contractors to provide continued access and support for the National Advanced Driving Simulator (NADS) located at the University of Iowa. The primary objective of this procurement is to facilitate research on driver behavior, vehicle dynamics, and advanced vehicle systems through the operation and maintenance of NADS and its associated simulators. This initiative is crucial for NHTSA's mission to enhance traffic safety and reduce vehicle-related injuries and fatalities, leveraging high-fidelity simulations to inform systems design and driver performance analysis. Interested parties are encouraged to submit their Corporate Capability Statements by the deadline of 15 days from the publication of this notice, with inquiries directed to Michelle Shanahan at michelle.shanahan@dot.gov or Vincent C. Lynch at vincent.lynch@dot.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Advanced Driving Simulator (NADS) Use and Support Services Indefinite Delivery/Indefinite Quantity (IDIQ) contract outlines the requirements for contractors to provide qualified personnel, materials, and services to support research conducted by the National Highway Traffic Safety Administration (NHTSA). The contract encompasses various tasks, including the operation and maintenance of NADS and related simulators, with a focus on human factors, engineering, vehicle dynamics, and data analysis. Task Orders will be issued to define specific research projects, utilizing different types of simulators to simulate real-world driving scenarios. Key components include labor categories ranging from technical project managers to medical safety advisors, emphasizing the need for diverse expertise to fulfill research needs. The contract is structured with a cost-reimbursement basis for service provision while also specifying fixed-price elements for simulator usage. Quality control processes, monthly reporting, and requirements for protecting human subjects in research are also detailed, reinforcing the contract's commitment to safety and effective research execution. The contract has a performance period extending till March 2032, ensuring NHTSA's continued access to advanced driving research capabilities.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Engineering Assessment of Current and Future Vehicle Technologies
    Buyer not available
    The National Highway Traffic Safety Administration (NHTSA) is seeking proposals for a contract titled "Engineering Assessment of Current and Future Vehicle Technologies." The objective of this procurement is to provide research and analysis support for assessing technology countermeasures and testing related to the Federal Motor Vehicle Safety Standards (FMVSS), focusing on identifying and evaluating advancements in vehicle systems and safety technologies. This initiative is crucial for ensuring that regulatory frameworks align with technological developments in the automotive industry, thereby enhancing vehicle safety standards. Interested parties can contact Christopher Clarke at c.clarke.ctr@dot.gov or Reba Dyer at reba.dyer@dot.gov for further information. The contract will be structured as a Blanket Purchase Agreement (BPA) with a performance period of five years, and proposals must adhere to specified compliance and reporting requirements.
    Services and Resources for Testing of Interoperability of Secure Credential Management Systems (SCMS)
    Buyer not available
    The U.S. Department of Transportation, through the Federal Highway Administration, is seeking proposals for a three-year federal contract focused on testing the interoperability of Secure Credential Management Systems (SCMS) related to Vehicle-to-Everything (V2X) technologies. The primary objectives include facilitating collaboration among SCMS providers, developing policies, and executing interoperability tests to ensure reliable communication between devices from different providers, thereby enhancing transportation safety and efficiency through Intelligent Transportation Systems (ITS). Interested organizations must submit capability statements detailing their technical abilities by February 21, 2025, with no obligation for a contract resulting from this Sources Sought Notice. For further inquiries, potential respondents can contact Eleanor Nielsen at eleanor.nielsen@dot.gov.
    Licenses to Operate NUCARS software
    Buyer not available
    The U.S. Department of Transportation, through the John A. Volpe National Transportation Systems Center, is seeking to renew two licenses for the NUCARS software, which is critical for conducting rail dynamics studies. The NUCARS software is the only validated simulation package capable of predicting the nonlinear dynamic response of North American railroads, making it essential for accessing decades of simulation results previously generated by Volpe Center engineers. The procurement is classified as a sole source award to Transportation Technology Center, Inc. DBA MxV Rail Software Products, due to the proprietary nature of NUCARS and the significant costs and delays associated with transitioning to alternative software. Interested parties can contact Darcy Hubbard at darcy.hubbard@dot.gov or by phone at 617-494-3816 for further details.
    Developing Pedestrian Realistic Artificial Datasets (RADs)
    Buyer not available
    The Federal Highway Administration (FHWA) is seeking proposals for a Firm-Fixed Price Contract focused on developing realistic artificial datasets of pedestrian volumes for various roadway types. This initiative aims to explore the potential role of artificial intelligence in creating these datasets, which will be instrumental in developing crash modification factors and planning pedestrian facilities. The solicitation is expected to be released 15 days after this presolicitation notice, allowing vendors a 45-day window to submit proposals. Interested parties can reach out to Amalia Rodezno at amalia.rodezno@dot.gov or Jonathan Agudelo at jonathan.agudelo@dot.gov for further information.
    Incident Management Software
    Buyer not available
    The National Transportation Safety Board (NTSB) is seeking information from vendors capable of providing a Commercial Off the Shelf (COTS) Incident Management System (IMS) that also functions as a Case Management System (CMS). The desired solution must be a cloud-based Software as a Service (SaaS) that complies with federal security standards, facilitating centralized management of transportation incident data and enhancing coordination for disaster response teams. This initiative aims to improve the NTSB's operational efficiency in managing transportation disasters and assisting affected families, with specific requirements including interactive messaging, data integration, and adherence to security regulations such as FedRAMP and FISMA. Interested parties are encouraged to submit their capabilities by February 3, 2025, and can contact P. Matt Hazlinsky at matt.hazlinsky@ntsb.gov or 202-314-6205 for further information.
    TECHNOLOGY TRANSFER OPPORTUNITY: More Reliable Doppler Lidar for Autonomous Navigation (LAR-TOPS-351)
    Buyer not available
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (NASA) is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market a more reliable Doppler Lidar for autonomous navigation. This technology, known as Navigation Doppler Lidar (NDL), was pioneered by NASA for precision navigation and executing well-controlled landings on surfaces like the moon. The NDL utilizes the Frequency Modulated Continuous Wave (FMCW) technique to determine the distance to the target and the velocity between the sensor and target. However, the current sensor cannot determine the sign (+/-) of the signal frequencies, resulting in false measurements of range and velocity. NASA has developed an operational prototype of a method and algorithm that works with the receiver to correct this problem. The technology is available for license rights on an exclusive or nonexclusive basis and may include specific fields of use. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). For more information and to express interest, please visit the provided links. No follow-on procurement is expected from responses to this notice.
    Simulation and Advanced Software Services II (SASS II)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide Simulation and Advanced Software Services II (SASS II) at the Johnson Space Center. This procurement aims to secure specialized simulation services in areas such as space-based robotics, avionics, vehicle guidance, navigation and control, and advanced software development for various NASA programs, including the International Space Station (ISS), Orion, and Artemis initiatives. The selected contractor will play a crucial role in enhancing NASA's capabilities in simulation and software development, supporting future exploration needs. Interested parties must submit their capability statements by June 7, 2024, and can direct inquiries to Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov.
    Accelerating Market Readiness Program
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is soliciting proposals for its Accelerating Market Readiness (AMR) Program through a five-year open Broad Agency Announcement (BAA). This initiative aims to advance innovative transportation technologies that address critical gaps in safety, project delivery, infrastructure performance, climate sustainability, equity, and the use of digital twin technology. The program seeks to bridge the gap between research and practical application, encouraging participation from U.S.-based organizations, including small and disadvantaged businesses, with funding awards ranging from $300,000 to $600,000. Interested parties should submit white papers in response to individual calls posted in SAM, and for further inquiries, they can contact Kristen Hayes at kristen.hayes@dot.gov or Khadija Osman at Khadija.Osman@dot.gov.
    NHRC MMS IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the NAVSUP FLT LOG CTR NORFOLK, is soliciting proposals for the NHRC Medical Modeling and Simulation Department's Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to support the development and enhancement of medical modeling and simulation research tools, including the Medical Planners Toolkit and the Joint Medical Planning Tool, which are critical for estimating medical resource requirements for DoD operations. These tools utilize data from the Expeditionary Medical Encounter Database and the Expeditionary Medical Knowledge Warehouse to assist medical planners in formulating operational strategies. Interested parties can reach out to Shaina Sollenberger at 215-697-9674 or via email at shaina.sollenberger@navy.mil for further details regarding the solicitation process.
    Trajectory and Target Simulation Tool
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the development of a general-purpose trajectory and target simulation software tool. This tool is intended to provide a realistic analytical framework for evaluating the operational impacts of Air Traffic Control (ATC) and Air Traffic Management (ATM) systems, with a primary focus on generating flight trajectory tracks and allowing users to set various model parameters. The contract is a total small business set-aside, structured with a one-year base period and four optional years, emphasizing the importance of compliance with FAA requirements and the delivery of comprehensive training and technical support. Interested parties can contact Warren Connley at Warren.E.Connley@faa.gov or Eden Armstead at Eden.Armstead@faa.gov for further details, with proposals due as specified in the solicitation documents.