Sled Tests to Evaluate a Universal Docking Interface Geometry (UDIG) WTORS with ATD in a Simulated Train Collision
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Department of Transportation/John A. Volpe National Transportation Systems Center (Volpe Center), supporting the Federal Railroad Administration (FRA), is seeking a contractor to conduct Sled Tests to Evaluate a Universal Docking Interface Geometry (UDIG) Wheelchair Tie-Down and Occupant Restraint System (WTORS) with Anthropomorphic Test Devices (ATDs) in simulated train collisions. This research aims to improve occupant protection for passengers seated in wheelchairs in rail cars. This is a Combined Synopsis/Solicitation (RFQ), and a single firm fixed-price purchase order is anticipated. Offers are due May 18, 2026.
Scope of Work
The contractor will conduct a series of sled tests to evaluate additional wheelchair securement, ATD, and occupant restraint configurations. Key tasks include:
- Developing a task management plan and a detailed test implementation plan.
- Coordinating shipment of government-provided passenger seats.
- Conducting a calibration test run.
- Performing 3-5 dynamic sled tests (CLIN 00100: 3 tests; CLIN 00200: optional 2 additional tests).
- Processing test data and preparing a comprehensive test report.
- Evaluating three systems: Compartmentalization (System A), UDIG wheelchair securement only (System B), and UDIG WTORS (System C).
- Tests will use H3-50M or H3-95M ATDs and various wheelchair types (surrogate and heavy-duty power).
- Performance standards require tests to use an 8g, 250 ms crash pulse (SAE AS8049 compliant) and data collection for injury criteria (HIC15, Nij, etc.) compared to reference values (49 CFR 571.208, SAE J211, SAE J1727).
Contract Details & Timeline
- Solicitation Type: Combined Synopsis/Solicitation (RFQ) No. 6913G626Q300026
- NAICS Code: 541380 (Engineering Services), Small Business Size Standard: $19M
- Set-Aside: None specified
- Period of Performance: Date of award through May 15, 2027 (SOW indicates 12 months from award).
- Place of Performance: Cambridge, MA (Volpe Center) and contractor's test facility.
- Questions Due: May 8, 2026, at 3:00 PM ET
- Offers Due: May 18, 2026, at 3:00 PM ET
Evaluation & Submission
Award will be made to the lowest price technically acceptable offeror. Offerors must adhere to FAR Part 12, including FAR 52.212-1 (Instructions to Offerors) and 52.212-2 (Evaluation). Quotes must be firm fixed-price, submitted via email to Karen.Marino@dot.gov and Christopher.Dooley@dot.gov. Contractors must maintain active SAM registration. Technical reports must follow FRA guidelines and templates, including 508 compliance.
Key Attachments
- Statement of Work (SOW): Details testing requirements, ATD types, wheelchair configurations, and deliverables.
- APTA PR-CS-S-016-99: Standard for Passenger Seats in Passenger Railcars, outlining strength, crashworthiness, and fire safety requirements.
- Terms and Conditions: Incorporates various FAR and TAR clauses, including those for electronic payment submission via DOT's DELPHI/iSupplier system.