Federal Motor Vehicle Safety Standard (FMVSS) No. 213a, Child Restraint Systems Side Impact Protection
Agency: | TRANSPORTATION, DEPARTMENT OF |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159925788595319 |
Posted Date: | Jul 12, 2023 |
Due Date: | Aug 24, 2022 |
Solicitation No: | 693JJ923R000222 |
Source: | https://sam.gov/opp/ff7af3bcd4... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Presolicitation (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Jul 12, 2023 09:31 am EDT
- Original Response Date: Aug 24, 2022 12:00 am EDT
- Inactive Policy: Manual
- Original Inactive Date: Nov 24, 2023
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: H223 - EQUIPMENT AND MATERIALS TESTING- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES
-
NAICS Code:
- 541380 - Testing Laboratories and Services
-
Place of Performance:
DC 20590USA
Title: Federal Motor Vehicle Safety Standard (FMVSS) No. 213a, Child Restraint Systems Side Impact Protection
Solicitation: 693JJ923R000222
Department: Department of Transportation
Agency: National Highway Traffic Safety Administration (NHTSA)
Location: 1200 New Jersey Ave., SE, Washington, DC 20590
- Notice Type: Pre-solicitation Notice
- Posted Date: 07/12/2023
- Classification: PSC H223 – Equipment and Materials Testing Ground Effect VEH
- NAICS Code: 541380 – Testing Laboratories and Services $19
This is a Pre-Solicitation notice for a procurement in accordance with FAR Part 5.203; to provide notice of the Government's proposed contract action listed herein.
Description:
Motor Vehicle Safety Standard (FMVSS) No. 213a, Child Restraint Systems – Side Impact Protection sets forth new performance requirements for child restraint systems. It includes the testing provisions which are necessary to determine whether a child restraint system meets those performance requirements. The test provisions include a lateral dynamic sled test which simulates a vehicle struck in a nearside collision.
contract encompasses the procurement of restraints as well as testing to lateral dynamic test requirements conducted on child restraint systems. Purpose of this contract is to first test, validate, and refine sections of the Office of Vehicle Safety Compliance (OVSC) Test Procedure, TP-213-11, that relate to the side impact test program, with a Pilot Program at contracted test facilities prior to the FMVSS No. 213a rule becoming effective in 2025. Then, upon the final rule becoming effective, this contract shall be used to procure test and inspection services to test child restraint systems (CRS) designed for use in motor vehicles to the requirements of FMVSS No. 213a following the requirements in the standard and the compliance test procedure specified in TP-213-11, as applicable, to inform NHTSA of products that may not comply with the minimum safety standards.
Contract will be split into two phases. Phase 1 will be to test and refine the sections of TP-213-11 applicable to FMVSS No. 213a and to collect data to inform decisions needed for future testing. In Phase 2 of this contract tests will be issued per delivery order for evaluation of potential non-compliance with FMVSS No. 213a.
The solicitation will result in a single Firm Fixed Price (FFP) with Cost Reimbursement elements for Contractor Purchased Test Items (CPTI).
Solicitation Information:
This acquisition is being offered for full and open competition. NAICS Code for the anticipated contract is 541380. Contractors must be registered in the Systems for Award Management Database located at http://www.sam.gov to be considered for contract award. It is the Government’s intent to award a single Firm Fixed Price (FFP) with Cost Reimbursement elements for Contractor Purchased Test Items (CPTI) contract type with or without discussions, to the responsible offeror whose proposal conforming to the solicitation, is most advantageous to the Government based on the evaluation factors contained in the solicitation.
It is the Offeror’s responsibility to monitor the https://www.sam.gov/ for the release of the solicitation and amendments (if any). Potential Offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Requests for paper copies of the RFP will not be accepted. The anticipated solicitation release is July 2023.
Period of Performance: forty-eight (48) months.
Contract Award: The anticipated award date for the resultant contract is expected to be on or about September 2023.
No Further Procurement Information is available.
- OFFICE OF ACQUISITION MANAGEMENT 1200 NEW JERSEY AVE SE, ROOM W51-30
- WASHINGTON , DC 20590
- USA
- Sheu Mojeed
- sheu.mojeed@dot.gov
- Phone Number 2023667639
- Jul 12, 2023 09:31 am EDTPresolicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.