Applied Biomechanics IDIQ
ID: 693JJ925RQ000010Type: Sources Sought
Overview

Buyer

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

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

ELECTRONIC MODULES (5963)
Timeline
    Description

    The Department of Transportation, specifically the National Highway Traffic Safety Administration (NHTSA), is seeking qualified contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract titled "Applied Biomechanics IDIQ." This contract aims to provide parts, supplies, and services for the Anthropomorphic Test Devices (ATDs) Management Laboratory, which includes the production and prototype of ATDs, replacement parts, engineering design services, and calibration/testing equipment. The services are crucial for enhancing vehicle safety through advanced ATD capabilities, ensuring compliance with federal standards and NHTSA specifications. Interested parties can contact Michelle Shanahan at michelle.shanahan@dot.gov or Vincent Lynch at Vincent.Lynch@dot.gov for further details, with the contract expected to span up to five years and include both Firm Fixed Price and Time and Materials orders.

    Files
    Title
    Posted
    The draft Statement of Work (SOW) outlines the requirements for a multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide parts, supplies, and services for the Anthropomorphic Test Devices (ATDs) Management Laboratory at the National Highway Traffic Safety Administration (NHTSA). The contractor will be responsible for qualified personnel, materials, supplies, and equipment necessary for managing NHTSA’s inventory of test dummies and instrumentation. The contract includes Firm Fixed Price (FFP) and Time and Materials (T&M) orders for up to five years. Key obligations include providing production and prototype ATDs, replacement parts, engineering design services, and calibration/testing equipment. The contractor must ensure compliance with federal standards and NHTSA specifications. A kick-off meeting is required within two weeks of award, and ongoing communication with NHTSA representatives is mandated for quality control. Payment procedures and invoicing instructions are specified, with a focus on accuracy and supporting documentation. The document serves as a framework for ensuring effective contract management and service delivery to enhance vehicle safety through advanced ATD capabilities.
    Lifecycle
    Title
    Type
    Applied Biomechanics IDIQ
    Currently viewing
    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.
    National Advanced Driving Simulator (NADS)
    Buyer not available
    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.
    Sources Sought for Advanced Crash Analysis Technical Support Services
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking qualified contractors for Advanced Crash Analysis Technical Support Services under the Sources Sought Notice (693JJ3-25-SS-0005). The primary objective of this procurement is to identify potential sources capable of providing non-personal technical support services, which include conducting crash simulations, developing finite element models, and analyzing crash data to enhance transportation safety. This initiative is crucial for improving roadway safety and reducing crashes nationwide by studying vehicle and roadside hardware interactions during accidents. Interested firms must submit their responses by February 26, 2025, demonstrating their experience in relevant areas, and can contact Rochelle Infante at Rochelle.Infante@dot.gov or Amalia Rodezno at amalia.rodezno@dot.gov for further information.
    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.
    Aging and Fire Testing of Materials
    Buyer not available
    The U.S. Department of Transportation, through 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, specifically 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 compliance with federal safety regulations. Interested parties should submit their capabilities and relevant information to Karen M. Marino at karen.marino@dot.gov by the specified deadlines, noting that this RFI does not constitute a solicitation for bids or proposals.
    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.
    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.
    Time Histories
    Buyer not available
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a sole-source procurement from the University of Virginia Center for Applied Biometrics for personnel injury assessment services related to the COLUMBIA and VIRGINIA Block V Class submarines. The objective is to utilize computational human body models to assess potential injuries to crew members due to impacts or collisions, with the contractor expected to deliver comprehensive assessments and white papers detailing occupant kinematics and injury risks. This specialized service is critical for ensuring the safety and operational integrity of naval operations, and the total estimated value for the procurement is capped at $249,999.99. Interested parties must submit their capabilities statements by 4:00 PM on February 10, 2025, and inquiries can be directed to Michael J. Bonaiuto at michael.bonaiuto@navy.mil.
    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.
    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.