Opportunity

SAM #6913G626Q300026

Sled Testing Services for UDIG Wheelchair Tie-Down and Occupant Restraint Systems

Buyer

Volpe Center

Posted

April 29, 2026

Respond By

May 18, 2026

Identifier

6913G626Q300026

NAICS

541380

The U.S. Department of Transportation's Volpe National Transportation Systems Center is seeking commercial services to conduct sled tests evaluating wheelchair tie-down and occupant restraint systems (WTORS) in simulated train collision scenarios, supporting the Federal Railroad Administration's research on passenger safety for wheelchair users. - Government Buyer: - U.S. Department of Transportation (DOT) - Federal Railroad Administration (FRA) - Volpe National Transportation Systems Center (Volpe Center) - OEMs and Vendors: - University of Michigan Transportation Research Institute (UMTRI) (developer of UDIG WTORS) - Products/Services Requested: - Sled testing services for Universal Docking Interface Geometry (UDIG) WTORS with anthropomorphic test devices (ATDs) - Development of test plans, coordination of seat shipments, calibration, dynamic sled tests, data processing, and reporting - Base contract: initial sled tests and reporting - Option contract: additional sled tests and amended reports - Products for testing (quantities as specified): - 1 H3-50M ATD (49 CFR Part 572 Subpart E) - 1 H3-95M ATD (uninstrumented) - 1 Surrogate wheelchair (RESNA WC-4:2017 Section 18, Annex E compliant) - 1 Ballasted surrogate or commercial heavy-duty power wheelchair (300–440 lbs) - 1 UMTRI-developed WTORS (with lap and shoulder belt, RESNA/ISO compliant) - 3 Rail passenger seats (with hardware, government-supplied) - Unique/Notable Requirements: - Sled tests must use both H3-50M and H3-95M ATDs - Wheelchair securement configurations must include both surrogate and commercial heavy-duty power wheelchairs - WTORS must comply with RESNA and ISO wheelchair transportation safety standards - Contractor may be required to supply certain wheelchairs; government will supply passenger seats - Services fall under NAICS code 541380 (Testing Laboratories) - Place of Performance: - Volpe National Transportation Systems Center, 220 Binney Street, Cambridge, MA 02142

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) part 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.

Solicitation No. 6913G626Q300026 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under FAR Part 12, Terms and Conditions – Commercial Products and Commercial Services. This solicitation document and Incorporated provisions are those in effect through Federal Acquisition Circular 2026-01, effective 03/13/2026. The NAICS Code is 541380; the Small Business size standard is $19M.

This solicitation incorporates provisions and clauses; full text of provisions and clauses may be accessed electronically at http://www.acquisition.gov/far-overhaul

The U.S. Department of Transportation/John A. Volpe National Transportation Systems Center (Volpe Center) is supporting the Federal Railroad Administration (FRA) by conducting research to improve occupant protection for passenger rail cars. Research is ongoing to evaluate collision safety for passengers seated in wheelchairs. The series of testing described in the statement of work (SOW) will evaluate additional wheelchair securement, anthropomorphic test device (ATD), and occupant restraint configurations to assess the effectiveness of the wheelchair tie-down and occupant restraint system (WTORS).

REQUIREMENTS/SPECIFICATIONS

The Government intends to award a firm fixed price purchase order as a result of this Combined Synopsis/Solicitation. This notice is expected to result in a single award, subject to receipt of an acceptable quote.

CLIN 00100 (Base): This CLIN includes:

Development of a task management plan Development of a test implementation plan Coordinate shipment of passenger seats Conduct a calibration test run Conduct dynamic sled test 1-3 Process Test Data Test Report and research result

Quantity: 1 EA                                                             $____________________________

CLIN 00200 (Option CLIN): This CLIN includes:

Conduct dynamic sled test 4-5 Process/Prepare Test Data Amend Test Report and research results

Quantity: 1 EA                                                             $____________________________

Please provide a firm fixed price quote in accordance with the contract items (CLINs) above and  the attached Statement of Work (SOW).

PERIOD OF PERFORMANCE

The period of performance for this SOW will be from date of award through 05/15/2027.

INSTRUCTIONS TO OFFERORS:

This combined synopsis/solicitation hereby incorporates all Federal Acquisition Regulation (FAR) provisions and clauses contained herein and attached.

FAR 52.212-1, Instructions to Offerors-Commercial Items apply to this acquisition and is incorporated by reference. Vendors are required to meet all solicitation requirements. Failure to meet a requirement may result in a vendor submission being ineligible for award. If the vendor finds it necessary to take exception to any of the requirements specified in the solicitation, the vendor shall clearly identify where it is addressed in its proposal. Each exception shall clearly identify the specific paragraph and/or part of the solicitation to which the exception is taken.

FAR 52.212-2, Evaluation—Commercial Products and Commercial Services is hereby incorporated by reference.

a) Evaluation of Offerors. The Government will make an award to the Offeror, whose offer is deemed the lowest price technically acceptable.

FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services is hereby incorporated by reference. Additional clauses and provisions that apply to this acquisition are provided in the attached terms and conditions.

Contractors must maintain their SAM registration throughout the life of the contract through final payment. Contracting officers must validate the contractor has an active Federal Government contracts registration in SAM.

QUESTIONS

All questions regarding this solicitation must be submitted in writing via email to Karen.Marino@dot.gov and Christopher.Dooley@dot.gov no later than May 8, 2026, at 3:00 PM Eastern Time.

The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Karen Marino, V222, 220 Binney Street, Cambridge, MA 02142. The signed offer must be submitted via e-mail to the contracting officer at Karen.Marino@dot.gov and Chris Dooley at Christopher.Dooley@dot.gov. The time for receipt of offers is 3:00 PM Eastern Time on 05/18/2026. No telephone requests will be honored. The Government will not pay for any information received.

View original listing