Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 10, 2025 SAM #8780
SOURCES SOUGHT

R -- Vehicle Purchasing, Leasing, Transfer, Storage, Disposition, Parts Procurement, and Test Coordination Services

Notice Date
12/8/2025 12:59:13 PM
 
Notice Type
Sources Sought
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
693JJ9 NHTSA OFFICE OF ACQUISTION WASHINGTON DC 20590 USA
 
ZIP Code
20590
 
Solicitation Number
693JJ926RQ000118
 
Response Due
12/19/2025 8:00:00 PM
 
Archive Date
01/03/2026
 
Point of Contact
Michelle Shanahan, Phone: 202-578-0962
 
E-Mail Address
michelle.shanahan@dot.gov
(michelle.shanahan@dot.gov)
 
Description
The National Highway Traffic Safety Administration (NHTSA) is issuing this Sources Sought Notice to identify potential qualified Small Business (SB), Small Disadvantaged Business (SDB), 8(a) Certified SDB, HUBZone SB, SDVOSB, or WOSB concerns that may be interested in and capable of performing the work described herein to perform Vehicle Purchasing, Leasing, Transfer, Storage, Disposition, Parts Procurement, and Test Coordination Services. NHTSA welcomes all qualified Small Business concerns, with the appropriate NAICS Code and past experience to submit their Corporate Capability Statements that demonstrate their ability to successfully accomplish the goals of the project as listed in the attached draft Statement of Work (SOW). NHTSA does not intend to award a contract based on responses to this notice or otherwise pay for the preparation of any information submitted. Acknowledgement of receipt of responses will not be made; no formal evaluation of the information received will be conducted by NHTSA. NHTSA may, however, later on issue a Request for Proposals (RFP). However, should such a requirement fail to materialize, no basis for claims against NHTSA shall arise as a result of a response to this notice. Background: The National Highway Traffic Safety Administration (NHTSA) is an agency of the U.S. Department of Transportation (DOT). NHTSA�s mission is to save lives, prevent injuries, and reduce traffic-related health care and other economic costs. The agency develops, promotes, and implements effective educational, engineering, and enforcement programs with the goal of ending vehicle crash tragedies and reducing economic costs associated with vehicle use and highway travel. As part of this work, NHTSA conducts a variety of motor vehicle crash tests including, but not limited to, frontal, oblique, side moving deformable barrier (MDB), and side pole impact test modes. NHTSA also conducts various crash avoidance tests, static and dynamic rollover tests, air bag out-of-position low risk deployment tests, tire testing, and testing in accordance with Federal Motor Vehicle Safety Standards (FMVSS). To support future efforts, NHTSA expects to conduct research for future FMVSS, crash avoidance technologies, automated vehicles, and electric vehicles. The agency may also conduct testing to assess new crash test dummies and child restraint systems and may perform research to study vehicle safety defects. The Contractor shall support NHTSA�s testing/research efforts by providing vehicle procurement, transfer, coordination, and related services to several offices within the agency including, but not limited to: Office of Vehicle Safety Research (NSR) Vehicle Research and Test Center (VRTC) Office of Enforcement Vehicle Safety Compliance (OVSC) Office of Defects Investigation (ODI) Office of Rulemaking (NRM) New Car Assessment Program (NCAP) Objective: To provide test vehicle locating, procurement (purchasing or leasing, including delivery), transfer, storage, inspection, repair/refurbishment, test coordination, scheduling, and disposition package preparation services; large test data file transfer services; and vehicle selection/fleet coverage analyses to NHTSA in support of the agency�s research, enforcement, and rulemaking programs while maintaining all records related to these services. The Contractor is also expected to provide parts procurement and shipping services for testing, as well as FTP and file transfer services, and analyses to 1) assist individual program offices with vehicle selection for testing and 2) document fleet coverage of rated vehicles. The Contractor shall provide all personnel, facilities, services, materials, supplies, and equipment (except government furnished property) necessary to locate, and purchase or lease, new and used vehicles, and provide on-time delivery of these vehicles to the testing laboratories listed below. Applus IDIADA KARCO Engineering, LLC - 9270 Holly Road, Adelanto, CA 92301 Calspan Corporation - P.O. Box 400, Buffalo, NY 14225 Dynamic Research Inc � 355 Van Ness Ave Ste 200, Torrance, CA 90501 GTL - 1623 Leedstown Rd, Colonial Beach, VA 22443 Medical College of Wisconsin - 5000 West National Avenue, Milwaukee, WI 53295 MGA Research Corporation - 5000 Warren Road, Burlington, WI 53105 MGA Research Corporation - 446 Executive Drive, Troy, MI 48083 SEA Ltd - 7349 Worthington Galena Rd, Columbus, OH 43085 Transportation Research Center, Inc. - 10820 State Route 347, East Liberty, OH 43319 University of Virginia - P.O. Box 800759, Charlottesville, VA 22908 Vehicle Research and Test Center � PO Box B37; 10820 State Route 347, East Liberty, OH 43319 In addition to the laboratories listed above, the Contractor shall also provide services to deliver vehicles to any other laboratories located in the Continental United States to support the needs of NHTSA program offices. Similarly, the Contractor shall provide services to transfer vehicles (some of which may be crashed or otherwise undriveable) from test laboratories to designated locations (within the Continental United States) or to other test laboratories. The Contractor may also be asked to promptly return the vehicles to the original location upon completion of testing for program office use. Each Delivery Order will provide a list of vehicles and will indicate the required vehicle specifications, and if applicable, the expected test date, test lab, delivery timeframe, storage requirements, and other deliverable requirements. The Contractor shall meet all the specified delivery requirements in a timely manner. The Contractor may also be expected to provide an additional physical inspection report before purchasing used vehicles. In addition to vehicle procurement and transfer of vehicles between locations, the Contractor may be requested to coordinate vehicle delivery and testing at various test laboratories, arrange for vehicle repair/refurbishment or storage, prepare vehicle disposition materials, procure vehicle parts, facilitate electronic transfer of large volumes of test related files between vehicle manufacturers, test laboratories, and NHTSA, and perform analyses related to test vehicle selection and fleet coverage. Capabilities: The corporate capability statement must address the capabilities necessary to accomplish the scope outlined above as well as the additional tasks and characteristics given in the attached draft SOW. Format of Corporate Capabilities Statement: Any interested qualified Small Business firms, Small Disadvantaged Business (SDB), 8(a) Certified SDB, HUBZone SB, SDVOSB, or WOSB concerns should submit their Corporate Capability Statement, which demonstrates the firm�s ability and past experience in no more than 10 pages to perform the key requirements described above to the identified NHTSA point of contact listed herein. Any proprietary information should be marked as such. All respondents are asked to certify that the type and size of their business organization is in-line with the requirements of this Sources Sought Notice. Responses must be received no later than 10 calendar days from the date of publication or by the closing date of this notice. To facilitate a timely and comprehensive review of all submitted responses, firms should respond using the format requested in this Notice. Please provide the following information for your firm and for any teaming or joint venture partners: General Information: Company name, address, point of contact name, telephone, and email address. Unique Entity ID (UEI) and Commercial and Government Entity (CAGE) Code. Business size and classification (e.g., large, small, small-disadvantaged, SBA Certified 8(a), HUBZone, service-disabled veteran-owned, woman-owned) based on NAICS code 541614, Process, Physical Distributing and Logistics Consulting Services. If applicable, potential proposed teaming arrangements to include business size and classification of prime and subcontractors. GSA Federal Supply Schedule (FSS) Number (FSS must include 541614 Process, Physical Distributing and Logistics Consulting Services). Identify contracts your company has been awarded 541614, Process, Physical Distributing and Logistics Consulting Services. Technical Capability: Provide a brief synopsis to support the firm�s ability to perform all potential areas of the objective/scope. Identify each task element and provide information to support the firm�s experience, staffing, and overall ability to perform the technical area. Evidence of experience and past performance should include contracts/task orders from the past three (3) years similar in scope to this requirement. Examples must include contract numbers, project titles, dollar amounts, periods of performance, and Government points of contact (telephone numbers or email addresses). Additional Information: Indicate if your firm will submit a proposal if a Request for Proposal (RFP) is issued, and if your firm�s interest is for Prime contracting, teaming agreement, or Joint Venture. Validation of, or recommended NAICS codes, for this effort. Validation of, or recommended contract type. Validation of, or recommended GSA vehicle. Other Recommendations Any information missing from this requirement that would provide a better understanding of the effort desired. Please submit any questions or comments along with your response. CONTRACTING OFFICE ADDRESS Department of Transportation (DOT) Headquarters, 1200 New Jersey Avenue, SE, Washington, DC 20590.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7b777b35154145e9aeeab2b638310cf1/view)
 
Place of Performance
Address: Washington, DC 20590, USA
Zip Code: 20590
Country: USA
 
Record
SN07660132-F 20251210/251208230037 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.