Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2011 FBO #3521
SOLICITATION NOTICE

66 -- Hardware-in-the-Loop (HiL) Simulation System - (Draft)

Notice Date
7/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
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
DTNH22-11-R-00501
 
Archive Date
8/9/2011
 
Point of Contact
Robin R Esser, Phone: (937)666-4511, Ross S Jeffries, Phone: (202)366-6283
 
E-Mail Address
robin.esser@dot.gov, rjeffries@nhtsa.dot.gov
(robin.esser@dot.gov, rjeffries@nhtsa.dot.gov)
 
Small Business Set-Aside
N/A
 
Description
SF 1449 for completion and signature. To be submitted with Proposal. 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. Solicitation Number DTNH22-11-R-00501 applies and is being issued as a Request for Proposal (RFP). It is the offeror's responsibility to be familiar with applicable clauses and provisions. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 (effective 05 July 2011). Competition for this requirement is "full and open." The NAICS Code is 334515. The National Highway Traffic Safety Administration (NHTSA), Vehicle Research and Test Center (VRTC) has a requirement for a quantity of one (1) Real time Hardware-in-the-Loop (HiL) simulation environment to interface with automotive and heavy duty vehicle electronic control units (ECU), systems and sensors. The system must: Support real time processing for fast calculation of simulation models (<= 1ms time steps in near real-time); Interface with different manufacturers ECUs such as ESC, ABS, TSC, etc. without significant hardware/software modifications; Interface and be compatible with Mechanical Simulation's TruckSim and "TruckSimRT" software; Support CAN I/O (minimum of 2 CAN ports @ >= 500 mbps), analog input signals (minimum of 16), analog output signals (minimum of 16), digital inputs signals (minimum of 16) and digital outputs signals (minimum of 16); Interface with a host-PC through a network link; Simulate wheel speeds and crank angle sensors (minimum of 6) without generating ECU fault codes; Support rapid application development without custom generation of software modules and/or code. The Government requires delivery within 3 calendar weeks after contract award. Accelerated delivery is preferred. This requirement shall be proposed FOB Destination. The initial period of performance for this award will be 12 months. Two 12 month optional periods of performance will be included and exercised at the sole discretion of the government. Total period of performance is three (3) years. Additional quantities may be purchased during the optional periods at prices negotiated at time of award. REQUIRED SUBMISSIONS: Proposals must contain the following: 1) Original of a completed SF 1449, signed by an individual authorized to bind the organization; 2) Price - firm fixed price for the system proposed for the initial 12 month performance period and firm fixed for system proposed for the two 12 months optional performance periods. As applicable, any proposed discount shall be identified; 3) Detailed technical description of the equipment proposed. Any deviation shall be described in enough detail to allow evaluation of the proposed equipments ability to meet the stated requirement; 4) Proposed Delivery Schedule and confirmation that delivery can be made within the stated required delivery time; 5) Detailed description of how the proposed equipment can support rapid application development without custom software modules or code generation being required; 6) Brief history of experience by the company in manufacturing this or other similar Hardware in the Loop platforms. For evaluation of past performance, the offeror must provide at least two references for contracts/purchase orders of similar products within the last three (3) years. Each reference must include customer's name and address, e-mail address, contact person, date of performance, telephone number and contract value; 7) Name of an authorized company representative along with e-mail address, telephone and fax number; 8) A completed copy of FAR 52.212-3 Offeror Representations and Certifications - Commercial Items must be submitted along with the Offeror's proposal or Contractors may submit their online Representations and Certifications Application (ORCA) at the following government portal: http://orca.bpn.gov. 9) All vendors must be registered in the Central Contractor Registry (CCR) at the time offers are received to be considered for award. Vendors may register at www.ccr.gov ; 10) If any exceptions or assumptions are taken by a contractor with regard to any aspect of this RFP, they should be so stated in the proposal. EVALUATION CRITERIA AND BASIS FOR AWARD The government may award a purchase order resulting from this RFP to the responsible contractor whose proposal, conforming to the RFP will be most advantageous to the Government, price and other factors considered. Proposals will be evaluated on: Ability to perform simulation calculations in near real time (<1ms); Ease of use (hardware and software) for implementing new applications; Past Performance; Delivery DUE DATE FOR SUBMISSION: Proposals are to be forwarded to Robin R. Esser, Contracting Officer at: Vehicle Research & Test Center, P.O. Box B-37, East Liberty, OH 43319 or quotes may be submitted via Fax: (937) 666-3590 or e-mail robin.esser@dot.gov. Proposals must be received no later than 12:00 noon ET on July 25, 2011. The anticipated award date is August 8, 2011. Failure to comply with all instructions contained within this combined synopsis/solicitation could result in the proposal being ineligible for award. It is the offeror's responsibility to ensure their proposal meets all the requirements identified herein. Once posted on this website, interested offerors are responsible for monitoring the website until the closing date for any issued amendments. The following FAR provisions and clauses apply to this acquisition: Provisions: 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-3 Offeror Representations and Certifications - Commercial Items 52.217-3 Evaluation Exclusive of Options 52.225-18 Place of manufacture 52.217.9 Option to Extend the Term of the Contract FAR 52.212-5 Contract Terms and Conditions Required Implementing Statutes or Executive Orders- Commercial Items, the following clauses are incorporated by reference: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate I 52.204-7 Central Contractor Registration 52.212-4 Contract Terms and Conditions - Commercial Items 52.217-6 Option for Increased Quantity 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-26 Equal Opportunity 52.223-15 Energy Efficiency in Energy-Consuming Products 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act 52.225-13 Restrictions on Certain Foreign Purchases 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration 52.233-4 Applicable Law for Breach of Contract Claim 52.247-34 F.O.B. Destination. Full text of the clauses may be accessed electronically at the internet site www.acquisition.gov/far
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/NHTSA/NHTSAHQ/DTNH22-11-R-00501/listing.html)
 
Place of Performance
Address: VRTC, 10820 State Route 347 Bldg. 60, East Lilberty, Ohio, 43319, United States
Zip Code: 43319
 
Record
SN02498838-W 20110716/110714235057-6dc96e9116bdfbe8300298a987a50645 (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  © 1994-2020, Loren Data Corp.