Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2008 FBO #2335
DOCUMENT

W -- Crash Simulation Software Project - Solicitation 1

Notice Date
4/16/2008
 
Notice Type
Solicitation 1
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Transportation, National Highway Traffic Safety Administration (NHTSA), National Highway Traffic Safety Administration HQ, 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
DTNH22-08-R-00118
 
Point of Contact
Vincent Lynch,, Phone: 202-366-3339
 
E-Mail Address
vincent.lynch@dot.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is DTNH22-08-R-00118 and is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-24. The North American Industry Classification (NAIC) code associated with this procurement is 334513. The small business size standard is 500. This procurement has been set-aside for small business participation. Contract Line Item Numbers (CLINS). Description of requirements for the items to be acquired: Licensing of the proprietary software LS-Dyna3d, or equal for use on a total of 35 Central Processing Units (CPU’s) on single and/or multiple processor computer systems at the National Highway Traffic Administration and at the Volpe Center located in Boston, MA. B. Price Proposal: Lease of 35 LS-Dyna3d Software or Equal Licenses: Base Period: 05/01/2008 – 04/30/2009 0001AA Price per Month (Base) $______ X 12 months = $ _______; Option Period 1: 05/01/2009 – 04/30/2010 0001AB Price per Month (renewal opt. yr 1) $______ X 12 months = $ _______; Option Period 2: 05/01/2010 – 04/30/2011 0001AC Price per Month (renewal opt. yr 2) $______ X 12 months = $ _______; Option Period 3: 05/01/2011 – 04/30/2012 0001AD Price per Month (renewal opt. yr 3) $______ X 12 months = $ _______; Option Period 4: 05/01/2012 – 04/30/2013 0001AE Price per Month (renewal opt. yr 4) $______ X 12 months = $ _______. C. Contract Clauses- Incorporated by reference: 52.212-4, Contract Terms and Conditions-- Commercial Items (OCT 2003). 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-- Commercial Items (JAN 2005). 52.217-9, Option To Extend The Term of The Contract (MAR 2000). D. INTRODUCTION D1.1 Organization U.S. Department of Transportation (DOT) National Highway Traffic Safety Administration (NHTSA) Vehicle Safety Research (Code: NVS-300) 1200 New Jersey Ave S.E. Washington, D.C. 20590 D1.2 Mission The mission of the National Highway Traffic Safety Administration (NHTSA) is to administer the provisions of the Highway Safety Act of 1966 and to save lives, prevent injuries and reduce economic costs due to road traffic crashes, through education, research, safety standards and enforcement activity. D1.3 Background D1.3.1 NHTSA makes extensive use of the proprietary finite element solver (LS-Dyna3d) for analysis in multiple vehicle and biomechanics safety research programs. This program is used to analyzed vehicle to vehicle crashes and to aid in the design and analysis of test conditions. LS-Dyna3d is also used extensively to study injury mechanisms and to predict the likelihood of head injury from dummy head acceleration measurements. This COTS software is licensed from the Livermore Software Technology Corporation (LSTC) and is commonly used by automotive manufacturers and suppliers worldwide. LSTC’s LS-Dyna3d solver is also heavily utilized by Volpe staff in conducting train crashworthiness studies for the FRA. NHTSA will lease 35 licenses for LS-Dyna3d or Equal Software through an RFP for a Base period of 1 year and four (4)1-year renewal option periods. D2.0 REQUIREMENTS: Lease of 35 LS-Dyna3d or Equal Software Licenses. Requirements for crash simulation software (listed in descending order of importance) D2.1 Demonstrate Capability for Automotive Crash Simulation – Offerors should submit demonstrate experience and capability for the software capability for conduction finite element simulation of vehicle to vehicle crash simulations. This should include the simulation of occupant restraints including seat belts, airbags, and side curtain air bags. Simulation support for biomechanical tissues is also important. D2.2 Compatibility with Existing NHTSA Vehicle Datasets – NHTSA, in conjunction with FHWA, has developed a fleet of crash vehicle models that are available from George Washington University (http://www.ncac.gwu.edu/vml/models.html) The ability to run these existing models is critical for NHTSA researchers. Offerors should discuss the ability to run these models and to discuss any conversion effort that would be required if they are not able to run existing crash models. D2.3 Compatibility with Existing NHTSA Biomechanical datasets – NHTSA has developed several biomechanical models, such as SIMON finite element head model and THOR dummy model. The offeror should discuss compatibility with these models. Models are available from (http://www.nhtsa.dot.gov/portal/site/nhtsa/menuitem.ac7b3be46ee8bfd24ec86e10dba046a0/) D2.4 Availability of commercial dummy datasets – The availability of commercial crash dummy models for the proposed analysis code significantly improves NHTSA’s capability to utilize the software. The major suppliers or anthropomorphic test dummies, FTSS, Denton, ect., have commercial efforts in place to lease validated models. Offerors should discuss the availability of commercial crash dummy models and the use with the analysis codes. D3.0 Administrative Consideration D3.1 Points of Contacts D3.1.1 Contractor D3.1.2 Client Representative U.S. Department of Transportation National Highway Traffic Safety Administration Vehicle Safety Research (Code: NVS-300) Stephen Summers 1200 New Jersey Ave S.E., Room W46-312 Washington, D.C. 20590 Office Telephone: (202) 366-4712 Facsimile: (202) D4.0 Place of Performance: D4.1 These licenses may be applied to single processor workstations or to multi-processor super computers, located in Washington and /or at the Volpe Center in Cambridge, according to the required distribution. (Exact addresses to be provided upon award of contract). D5.0 Duration of Task: D5.1 Estimated Period of Performance: May 01, 2008 thru April 30, 2009 D5.2 Effective May 01, 2008, this contract will be a firm fixed-price one year contract, with four renewable option years through April 30, 2013. There is no obligation by NHTSA to renew this contract beyond the initial fixed order term. D6.0 Project Management: D6.1The contractor shall implement a management program to control and direct this task consistent with NHTSA’s mission and shall address all items listed in section D2.0 requirements. D6.2The contractor shall provide to NHTSA’s contracting officer’s technical representative (COTR) the name and telephone number of its customer service representative authorized to cure software performance issues. D7.0 Performance Assessment Plan The contractor shall be evaluated on the quality assurance and technical qualifications for the software to be provided under the contract in accordance with section D2.0 requirements. D8.0 Privacy Act Information included in this task is protected by the provisions of the Privacy Act of 1974. All personnel assigned to this task will take proper precautions to protect the information from disclosure. D9.0 Limitation On Size of Proposal The size of proposal to be received is not to exceed 20 pages. D10.0Proposal Contents: a. Brief description of company. b. Description of how company will meet the technical requirements of section D2.0 Requirements in the Statement of Work. c. Brief description of company quality control procedures and customer service offered. d. Price Proposal. E. Solicitation Provisions- 52.212-1, Instructions to Offerors-- Commercial Items (OCT 2000). 52.212-2, Evaluation--Commercial Items (JAN 1999).52.212-2 Evaluation—Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998). This solicitation and any resulting contract incorporates one or more provisions and clauses with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: (http://www.arnet.gov/far/) The contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses. Evaluation—Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Task/Requirements in Section D2.0 Requirements, Past Performance, and Price. (Listed in descending order of importance) All evaluation factors other than price, when combined, are significantly more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.212-3, Offeror Representations and Certifications--Commercial Items (DEC 2000).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=70ae9bb97ca7258530d2a87cf0c988ab&tab=core&_cview=1)
 
Document(s)
Solicitation 1
 
File Name: MS-Word copy of Combined Synopsis/Solicitation (Combined Synopsis Solicitation LS-Dyna Sftwr.doc)
Link: https://www.fbo.gov//utils/view?id=147392a6c0fc04b0949ff2b7acea2eb9
Bytes: 45.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: U.S. DOT- NHTSA, 1200 New Jersey Ave., S.E., Washington, D.C. 20590, Washington, District of Columbia, 20590, United States
Zip Code: 20590
 
Record
SN01554816-W 20080418/080416215150-70ae9bb97ca7258530d2a87cf0c988ab (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.