Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2012 FBO #3760
SOURCES SOUGHT

B -- Ambulance Patient Compartment Testing

Notice Date
3/9/2012
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Pittsburgh), Post Office Box 18070, Cochrans Mill Road, Pittsburgh, Pennsylvania, 15236-0070
 
ZIP Code
15236-0070
 
Solicitation Number
HHS-CDC-NIOSH(DM)-SBSS-12-001
 
Archive Date
3/20/2012
 
Point of Contact
Diane J Meeder, Phone: (412)386-4412
 
E-Mail Address
DMeeder@cdc.gov
(DMeeder@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The Center for Disease Control and Prevention (CDC), National Occupational Safety and Health (NIOSH), is seeking information on a potential requirement for "Ambulance Patient Compartment Testing." The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the NAICS code 541380 for the potential acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Draft Brief of Statement of Work (SOW). The Contractor shall be responsible for conducting four (4) dynamic tests and one static test. The four dynamic tests will include three full vehicle crash tests and one partial vehicle sled/cart test. The goal of this testing is to determine the loading experienced by the patient compartment in two unique crash scenarios; vehicle shear and rollover. The first sled/cot scenario we are attempting to emulate would result in the front face of the modular or "box-like" patient compartment being the point of impact in an offset frontal impact. In most cases, the modular body or patient compartment of a Type I or III ambulance is wider than the driving cab. This presents an exposed surface not otherwise protected by the energy mitigation system found in the front of the original equipment manufacturer's (OEM) cab. Real world impact events such as this have been noted to completely shear off or remove the impacted side of some modular ambulances. Project Objectives This contractor shall quantify the dynamic loading experienced by the patient compartment of a commercial ambulance through the use of four different testing methods. These test methods are draft documents proposed by an industry-government team of experts and borrow heavily from testing of civilian and commercial vehicles. As a part of this process, the testing methods themselves shall be evaluated and validated. At the completion of this testing program the Contractor will have created a dataset which will: 1. Qualify the logic and language described in each of the four proposed test methods. 2. Provide the data necessary for AMD and its partners to approve one to four of the proposed test methods as a new standard or standards to validate improvements in the structural integrity of patient compartment of the ambulance. 3. If funded as options to the effort, the pulse shapes described in SAE J2917 and SAE J2956 will be validated for use in the design of interiors for Type II (raised roof vans and Sprinters). The Contractor will be expected to work to a fairly aggressive schedule as this data will be evaluated for possible inclusion in the second edition of the new National Fire Protection Association's NFPA 1917 Automotive Ambulance Standard. This is the first national consensus standard which has gained the support of most factions associated with the industry: manufacturers, end users, suppliers, and government purchasers. The first edition is expected to be published in June 2012. A comment period of 12 months will follow leading to the development of the 2nd edition. Given the goal of this research is to influence the 2nd Edition; we anticipate a need to be finished prior to June 2013. Anticipated period of performance. Approximately nine (9) months. Other important considerations. ISO Certifications to conduct this form of testing. Capability statement /information sought. Respondents who believe that they possess the expertise and experience to meet the government's needs in the SOW are invited to submit technical and management capabilities addressing those requirements. These may include but are not limited to: (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. Respondent must indicate in your capability statement: Organization name, Address, DUNS number, Business size Classification (e.g., 8(a), HUBZone, etc) pursuant to the applicable NAICS code of 541380 size standard which is $12 million. Points of contact, Email, Telephone number, Address of the location where testing is to be conducted. Quality Assurance Program Page Limitation: No more than five (5) pages, 8 ½ x 11, 12 pt font, Times New Roman, with 1" margins. Response Due Date: Submit information above to Diane J Meeder, Contract Specialist, CDC, NIOSH, 626 Cochrans Mill Road, Pittsburgh PA 15236, DMeeder@cdc.gov. Reference: HHS-CDC-NIOSH(DM)-SBSS-12-001. Responses are due no later than 3:00pm, March 19, 2012 Eastern Time. Any information received by the government will not be returned. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/CMBP/HHS-CDC-NIOSH(DM)-SBSS-12-001/listing.html)
 
Place of Performance
Address: At contractor's site., United States
 
Record
SN02693330-W 20120311/120309235259-da5611e58342f3cb7f895c0285a74673 (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.