FMVSS No. 141, "Minimum Sound Requirements for Hybrid and Electric Vehicles"
ID: 693JJ925RQ000011Type: Sources Sought
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
    Description

    The Department of Transportation, specifically the National Highway Traffic Safety Administration (NHTSA), is seeking qualified small businesses to provide inspection and compliance testing services for hybrid and electric vehicles in accordance with Federal Motor Vehicle Safety Standards (FMVSS) No. 141, which establishes minimum sound requirements. The objective of this procurement is to ensure that motor vehicles conform to these sound requirements, thereby enhancing vehicular safety and compliance with federal regulations. This initiative is critical for the NHTSA's mission to reduce traffic-related fatalities and injuries, as it supports the agency's efforts in monitoring vehicle compliance and safety standards. Interested parties must submit their Corporate Capability Statements to the designated NHTSA contacts, Michelle Shanahan and Vincent C. Lynch, within 10 calendar days from the date of publication of this notice.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document outlines the contract for testing compliance of hybrid and electric vehicles with the Federal Motor Vehicle Safety Standards (FMVSS) No. 141, specifically addressing minimum sound requirements. The National Highway Traffic Safety Administration (NHTSA) oversees this initiative to enhance vehicular safety and compliance with federal regulations. The contractor is responsible for providing qualified personnel, conducting compliance tests, and ensuring proper reporting as per defined procedures. Key requirements include acquiring and inspecting test vehicles, maintaining calibrated testing equipment, and adhering to strict quality assurance protocols. The contractor must also submit a comprehensive test schedule and manage communication with the NHTSA's representatives regarding testing outcomes. Compliance with specific test protocols and documentation of vehicle conditions are mandatory, ensuring that the government retains ownership of equipment and test results. Overall, the document emphasizes the importance of rigorous adherence to safety standards, proper equipment management, and thorough reporting processes to fulfill NHTSA’s objectives in monitoring vehicle compliance effectively.
    Lifecycle
    Similar Opportunities
    Engineering Assessment of Current and Future Vehicle Technologies
    Transportation, Department Of
    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)
    Transportation, Department Of
    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.
    Safety Management Inspection (SMI)
    Transportation, Department Of
    The Federal Transit Administration (FTA) is seeking proposals from qualified small businesses for the Safety Management Inspection (SMI) Program, aimed at enhancing safety oversight for State Safety Oversight Agencies (SSOAs) and Rail Transit Agencies (RTAs). The procurement involves multiple tasks, including developing oversight plans, conducting on-site inspections, and preparing reports to address safety deficiencies, all in compliance with federal safety regulations. This initiative is critical for promoting a robust safety culture within public transportation systems and ensuring ongoing safety improvements nationwide. Interested contractors should contact Crystal Elliott at crystal.elliott@dot.gov or Stephanie Cooke-Nwadibia at stephanie.cooke-nwadibia@dot.gov for further details, with a projected contract value of $81,000 and a performance period spanning from August 27, 2025, to August 26, 2026.
    Aging and Fire Testing of Materials
    Transportation, Department Of
    The U.S. Department of Transportation, specifically the John A. Volpe National Transportation Systems Center, is seeking information from qualified companies and laboratories capable of conducting aging and fire testing of materials. This Request for Information (RFI) aims to identify industry partners that can perform standard material aging processes and fire tests in accordance with ASTM and NFPA standards, particularly for materials used in railroad systems safety research. The testing is crucial for ensuring the durability and safety of materials such as seat cushions and upholstered furniture, which are essential for public safety in transportation contexts. Interested parties should submit their capabilities, including specific testing capabilities and associated costs, to Karen M. Marino at karen.marino@dot.gov by the specified deadline, as this RFI does not constitute a solicitation for bids or proposals.
    Shock and Vibration Qualification Testing
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking qualified small businesses to provide Shock and Vibration qualification testing in accordance with NAVSEA Drawings. This procurement is essential for ensuring the reliability and performance of naval equipment under various shock and vibration conditions. The contract will be a Firm Fixed Price, Small Business Set Aside, utilizing Simplified Acquisition Procedures, with interested parties required to submit a DD Form 2345 Joint Certification Program (JCP) Certificate by COB 17 December 2024 to receive the Request for Quotation (RFQ). For further inquiries, potential bidders can contact Karen Morris at karen.l.morris49.civ@us.navy.mil or by phone at 445-227-0069.
    Station Battery Replacement
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking qualified small businesses to provide a replacement for the Direct Current Station Battery at the NIST Center for Neutron Research (NCNR) in Gaithersburg, Maryland. The procurement involves the removal and recycling of existing batteries and the delivery and installation of 60 new 2V VLA battery cells to ensure reliable electricity supply during emergencies, adhering to safety protocols and compliance with electrical codes. This initiative is crucial for enhancing the operational reliability and safety of the NCNR's reactor systems, reflecting a strategic investment in the facility's infrastructure. Interested parties should contact Cielo Ibarra at cielo.ibarra@nist.gov for further details regarding the Request for Quote (RFQ) 1333ND25QNB610062, which is set aside exclusively for small businesses.
    The request for proposals for the provision of Two (2) Electric Vehicle
    State, Department Of
    The U.S. Department of State is inviting proposals for the procurement of two electric vehicles (EVs) to support motor pool operations at the American Consulate in Cape Town, South Africa. The vehicles must be sedans with a minimum range of 400 kilometers per charge, compatibility with 60kW DC rapid charging stations, and must accommodate at least five passengers while meeting specific comfort and environmental standards. This initiative reflects the U.S. Government's commitment to modernizing its fleet with energy-efficient vehicles that comply with local emissions regulations. Interested vendors should submit their quotations via email to capetownquotation@state.gov by the specified deadline, ensuring they are registered in the System for Award Management (SAM) database. For further inquiries, vendors can contact Natheer Ford or Kristin Braden at the U.S. Consulate General in Cape Town.
    Accelerating Market Readiness Program
    Transportation, Department Of
    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.
    OA Testing of DODIC EY28 (ACES II Thermal Battery
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking contractor support for the performance and reliability testing of the ACES II Emergency Power Supply (EPS), specifically for DODIC EY28. The procurement involves conducting non-destructive and ballistic/functional tests on 45 units of part number CAP-12115C, following the Acceptance Test Procedure ATP-1105, with a completion timeline of 120 days from receipt of government-supplied materials. This testing is crucial for evaluating the performance and reliability of defense materials, ensuring they meet stringent safety and operational standards. Interested contractors should contact Tammy Kershner at tammy.r.kershner.civ@us.navy.mil or call 301-802-6161 for further details and to discuss the scheduling of tests, which require a minimum of 20 working days' notice.
    MIL-DTL-16392E, Brake, Electro-Mechanical, Naval Shipboard
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to draft specifications for the MIL-DTL-16392E, Brake, Electro-Mechanical, Naval Shipboard. This initiative aims to accommodate a variety of design solutions and processes while encouraging a broad vendor base for the procurement of electro-mechanical brakes used on naval vessels. Interested parties can request copies of the draft document by emailing CommandStandards@navy.mil, with the review period concluding on February 5, 2025. It is important to note that this announcement is a special notice and not a solicitation for bids.