Skip to main content

An official website of the United States government

You have 2 new alerts

Technical Support for Digital Human Modeling to Improve Driver-Vehicle Interface (DVI) in Patrol Vehicles

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Aug 15, 2022 10:50 am EDT
  • Original Date Offers Due: Aug 25, 2022 03:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 09, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: R499 - SUPPORT- PROFESSIONAL: OTHER
  • NAICS Code:
    • 541690 - Other Scientific and Technical Consulting Services
  • Place of Performance:
    Morgantown , WV
    USA

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued.

The solicitation number for this requirement is RFQ-2022-67224-SK and is hereby issued as a Request for Quote (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures.

The Centers for Disease Control and Prevention intends to award a firm-fixed-price contract for the following requirement, please either fill in the dollar amounts or provide a separate excel spreadsheet containing the same information including a list of line item number(s) and items, quantities, units of measure, and options, if applicable. 

The contractor shall provide the following services in accordance with the SOW.

CLIN 0001:                                                                                       

Driver-Vehicle Interface

Period of Performance: 10/01/2022 to 09/30/2023

TOTAL PRICE:

Your quote shall include the following:

  • Total Price for CLIN 0001
  • Capabilities in accordance with the Statement of Work and Evaluation Factors

QUOTERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE QUOTES RECEIVED. Quoters should not assume they will be contacted, or afforded the opportunity to qualify, discuss, or revise their quotes. Therefore, the initial quote should contain the quoter's best terms from a technical and price standpoint. All quotes must include the full name, address, and DUNS number of the business to be named on the purchase order as well as the full name, phone number, and email address of the person who can accept the final purchase order. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular FAC 2022-06 Effective May 1, 2022.

This acquisition is set aside for Small Businesses under North American Industry Classification System (NAICS) code 541690 and small business size standard of $16.5 million. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the System for Award Management. To register apply via the Internet at http://www.sam.gov. For questions on registration contact Federal Service Desk at 866-606-8220.

All responses must be received via email no later than 3:00 P.M., Eastern Standard Time on August 25, 2022. Please send any questions and quotes to Spencer Kahn at QNT8@cdc.gov. Hard copies will not be accepted. The Offeror must cite the Solicitation Number in the email subject line. Evaluation and award of the purchase will be performed in accordance with applicable sections of FAR Part 12 Commercial Items and FAR Part FAR 13 Simplified Acquisition Procedures. The Offeror must have an active registration with the System for Account Management (SAM) prior to award of the purchase order in accordance with FAR Clause 52.204-7.

QUOTES MUST BE SUBMITTED IN TWO PARTS: A TECHNICAL PROPOSAL AND A PRICING PROPOSAL.

After evaluation of the following technical factors, award will be made to the lowest priced technically acceptable offer. Each offer will be evaluated on a pass/fail basis, so offerors are cautioned that they should submit responses in sufficient detail to enable the government to evaluate their capabilities and experience.

Evaluation Criteria:

In order to be technically acceptable, the technical proposal must demonstrate the ability to provide:

1. Understanding of the Scope of Work

 The bidder must provide a clear description of the needs and objectives of the contract to demonstrate a full understanding of the government’s needs. Brief descriptions of the potential problems which may be encountered should be provided.

2. Planning and the Technical Approach

The bidder must provide a plan on how the tasks will be performed as specified in the scope of work. This plan would include, but not be limited to: (1) a firm commitment to providing required modeling work over a period not exceeding 12 months after this contract is awarded; 2) a plan to construct the digital in-vehicle environment with all police equipment required in the scope of work; 3) procedures to ensure data quality, including a plan to ensure the biofidelity of the simulated manikin motion.

3. Feasibility/Practicality of the Planned Approach

The bidder must show that the proposed plan is feasible and practical. In particular, the bidder will provide a plan on how to digitally measure the physical test buck owned by NIOSH. The bidder must demonstrate a clear and thorough understanding of the challenges and problems that may be encountered in the process of conducting this research.

4. Experience and Expertise in Vehicle Workspace Design and Digital Human Modeling Research

The bidder should demonstrate sufficient experience and expertise in vehicle workspace design and digital human modeling research. Recent experience in successfully managing and completing a project comparable in size and complexity is highly desirable. Potential partners or subcontractors that may be involved in this project must be described in the bid.

5. Past Performance

Evaluation of the bidder’s past performance will be based on reference information provided by the bidder as well as any information available to the government through other sources. The government will assess the relative likelihood as well as risks of each bidder in successfully completing this research project. This assessment of past performance will be comprehensive, encompassing cost, adherence to schedule, management skills, reasonable and cooperative behavior, and scholarship in report compilation.

6. In order to be considered technically acceptable, an offeror’s technical proposal must meet all requirements of the Statement of Work. The pricing proposal must be consistent with the technical requirements with the total price reflecting all costs to complete.

Award will be made to the Lowest Priced Technically Acceptable offer.

Questions must be submitted via email to Spencer Kahn at QNT8@cdc.gov no later than 3:00 PM, Friday, August 19, 2022.

Attachments:

1. SOW

2. Clauses

Contact Information

Contracting Office Address

  • 1600 CLIFTON ROAD
  • ATLANTA , GA 30333
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Sep 09, 2022 11:56 pm EDTCombined Synopsis/Solicitation (Original)