1. THIS CONTRACT IS A RATED RATING PAGE OF PAGES SOLICITATION, OFFER AND AWARD ORDER UNDER DPAS (15 CFR 700) 1 97 2. CONTRACT NUMBER 3. SOLICITATION NUMBER 4. TYPE OF SOLICITATION 5. DATE ISSUED 6. REQUISITION/PURCHASE NUMBER 693JJ921R000073 SEALED BID (IFB) 08/04/2021693JJ921RQ000286 X NEGOTIATED (RFP) 7. ISSUED BY CODE 693JJ9 8. ADDRESS OFFER TO (If other than Item 7) National Highway Safety Adm Office of Acquisition Management 1200 New Jersey Avenue, S.E. Washington DC 20590

NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder". SOLICITATION

9. Sealed offers in original and 1 copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or if hand carried, in the depository located in until 1400 ES local time 09/08/2021 (Hour) (Date) CAUTION: LATE Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All offers are subject to all terms and conditions contained in this solicitation. A. NAME B. TELEPHONE (NO COLLECT CALLS) C. E-MAIL ADDRESS 10. FOR INFORMATION AREA CODE NUMBER EXT. [email protected] CALL: DAVID LARSON 202 366-4843

11. TABLE OF CONTENTS (X) SEC. DESCRIPTION PAGE(S) (X) SEC. DESCRIPTION PAGE(S)

PART I - THE SCHEDULE PART II - CONTRACT CLAUSES X A SOLICITATION/CONTRACT FORM 1-2 X I CONTRACT CLAUSES 51-55 X B SUPPLIES OR SERVICES AND PRICES/COSTS 3-20 PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACH. X C DESCRIPTION/SPECS./WORK STATEMENT 21-28 X J LIST OF ATTACHMENTS 56 X D PACKAGING AND MARKING 29-30 PART IV - REPRESENTATIONS AND INSTRUCTIONS X E INSPECTION AND ACCEPTANCE 31 X K REPRESENTATIONS, CERTIFICATIONS AND 57-64 X F DELIVERIES OR PERFORMANCE 32-37 OTHER STATEMENTS OF OFFERORS X G CONTRACT ADMINISTRATION DATA 38-43 X L INSTRS., CONDS., AND NOTICES TO OFFERORS 65-81 X H SPECIAL CONTRACT REQUIREMENTS 44-50 X M EVALUATION FACTORS FOR AWARD 82-97 OFFER (Must be fully completed by offeror) NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period. 12. In compliance with the above, the undersigned agrees, if this offer is accepted within _____0______calendar days (60 calendar days unless a different period is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule. 13. DISCOUNT FOR PROMPT PAYMENT 10 CALENDAR DAYS (%) 20 CALENDAR DAYS (%) 30 CALENDAR DAYS (%) CALENDAR DAYS (%) (See Section I, Clause No. 52.232.8)

14. ACKNOWLEDGEMENT OF AMENDMENTS AMENDMENT NO. DATE AMENDMENT NO. DATE (The offeror acknowledges receipt of amendments to the SOLICITATION for offerors and related documents numbered and dated): 15A. NAME 16. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER CODE FACILITY AND (Type or print) ADDRESS OF OFFEROR

15B. TELEPHONE NUMBER 15C. CHECK IF REMITTANCE ADDRESS 17. SIGNATURE 18. OFFER DATE AREA CODE NUMBER EXT. IS DIFFERENT FROM ABOVE - ENTER SUCH ADDRESS IN SCHEDULE. AWARD (To be completed by government) 19. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT 21. ACCOUNTING AND APPROPRIATION

22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION: 23. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM (4 copies unless otherwise specified) 10 U.S.C. 2304 (c) ( ) 41 U.S.C. 253 (c) ( )

24. ADMINISTERED BY (If other than Item 7) CODE 25. PAYMENT WILL BE MADE BY CODE

26. NAME OF CONTRACTING OFFICER (Type or print) 27. UNITED STATES OF AMERICA 28. AWARD DATE Sherese Gray

(Signature of Contracting Officer) IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 33 (Rev. 9-97) Previous edition is unusable Prescribed by GSA - FAR (48 CFR) 53.214(c) REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE OF CONTINUATION SHEET 693JJ921R000073 2 97 NAME OF OFFEROR OR CONTRACTOR

ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT (A) (B) (C) (D) (E) (F) Title: Advanced Driver Assistance Systems (ADAS) Testing for the New Assessment Program (NCAP)

NSN 7540-01-152-8067 OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110 Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

PART I – THE SCHEDULE SECTION B – SUPPLIES OR SERVICES AND PRICE/COSTS

B.1 SUPPLIES/SERVICES

a. The Contractor shall provide all qualified personnel, facilities, services, materials, supplies, and equipment, unless identified as Government Furnished Property (GFP), as described in Section H.1 of this contract, necessary to perform the following: testing, and reporting services, and test instrumentation calibration for the New Car Assessment Program’s (NCAP’s) crash avoidance test program.

NCAP’s crash avoidance test program consists of the effort described in Section C (Description, Specification, Work Statement) of this contract. All testing and reporting services shall be done in accordance with the test procedures listed in Section J, unless otherwise stated.

b. The Government intends to award an Indefinite Delivery, Indefinite Quantity (IDIQ) Contract, whereby Firm Fixed-Price (FFP) Delivery and/or Task Orders will be issued in accordance with Federal Acquisition Regulation (FAR) 16.5.

B.2 MINIMUM/MAXIMUM OBLIGATIONS

a. Minimum Obligation of the Government – The minimum guaranteed obligation of this IDIQ contract is the cost of $TBD for services required for participation in a kick-off meeting under this Contract on an FFP basis.

b. Maximum Obligation of the Contractor – The Contractor shall be obligated to provide services and support up to the estimated ceiling amounts of $TBD specified for the Price Schedule listed for each Base Year included in Sections B.4.1 through B.4.5.

The Contractor shall not exceed the ceiling prices established for each contract year as established in Section B.4. The ceiling amounts may be increased upon execution of a bilateral modification.

B.3 CONTRACT PRICES

The Price Schedules shown in Sections B.4.1 through B.4.5 for testing shall apply for payment purposes and shall include all charges, including, if applicable, charges for storage.

B.3.1 Price Schedule CLIN Descriptions

The Contract Line Item Numbers (CLINs) are defined below and are presented in the same order as they appear in the Price Schedule. CLINs 00001 through 00021, 10001 through 10021, 20001 through

Page 3 of 97 Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

20021, 30001 through 30021, 40001 through 40021, and 50001 through 50021 cover various crash avoidance NCAP tests. CLINs 00022 through 00023, 10022 through 10023, 20022 through 20023, 30022 through 30023, 40022 through 40023, and 50022 through 50023 cover additional cameras or instrumentation that may be required for any Crash Avoidance (CA) NCAP test. CLINs 00024, 10024, 20024, 30024, 40024, and 50024 cover the technician hourly rate for additional teardown, removal of parts, and measurements, which may be required for any NHTSA test vehicle. CLINs 00025, 10025, 20025, 30025, 40025, and 50025 cover any vehicle shipping cost that may be required. CLINs 00026, 10026, 20026, 30026, 40026, and 50026 cover any cost of parts or cost that may be required to ship parts. CLINs 00027, 10027, 20027, 30027, 40027, and 50027 cover any vehicle reconstruction and repair that are required. Lastly, CLIN 00101 covers the cost of a meeting with the Contractor to kick- off the contract once awarded.

a. CLINs 00001, 10001, 20001, 30001, 40001 and 50001 – Lane Departure Warning (LDW) System Test: One (1) vehicle lane departure warning system test performed to all requirements specified in the NCAP Lane Departure Warning Test Procedure; includes vehicle preparation/instrumentation, and all required data channels, measurements, and documentation.

b. CLINs 00002, 10002, 20002, 30002, 40002 and 50002 – Lane Departure Warning (LDW) System Re-test: One (1) vehicle lane departure warning system test performed to all requirements specified in the NCAP Lane Departure Warning Test Procedure; includes all required data channels, measurements, and documentation; but does not include vehicle preparation/instrumentation. These CLINs are an add-on to CLINs 00001, 10001, 20001, 30001, 40001 and 50001.

c. CLINs 00003, 10003, 20003, 30003, 40003 and 50003 – Lane Keeping Support (LKS) System Test: One (1) vehicle lane keeping support system test performed to all requirements specified in the NCAP Lane Keeping Support Test Procedure; includes vehicle preparation/instrumentation, and all required data channels, measurements, and documentation.

d. CLINs 00004, 10004, 20004, 30004, 40004 and 50004 – Lane Keeping Support (LKS) System Re-test: One (1) vehicle lane keeping support system test performed to all requirements specified in the NCAP Lane Keeping Support Test Procedure; includes all required data channels, measurements, and documentation; but does not include vehicle preparation/instrumentation. These CLINs are an add-on to CLINs 00003, 10003, 20003, 30003, 40003 and 50003.

e. CLINs 00005, 10005, 20005, 30005, 40005 and 50005 – Forward Collision Warning (FCW) System Test: One (1) vehicle forward collision warning system test performed to all requirements specified in the NCAP Forward Collision Warning Test Procedure; uses a vehicle or motorcycle as the POV; includes vehicle preparation/instrumentation, and all required data channels, measurements, and documentation.

Page 4 of 97 Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP) f. CLINs 00006, 10006, 20006, 30006, 40006 and 50006 – Forward Collision Warning (FCW) System Re-test: One (1) vehicle forward collision warning system test performed to all requirements specified in the NCAP Forward Collision Warning Test Procedure; uses a vehicle or motorcycle as the POV; includes all required data channels, measurements, and documentation; but does not include vehicle preparation/instrumentation. These CLINs are an add-on to CLINs 00005, 10005, 20005, 30005, 40005 and 50005. g. CLINs 00007, 10007, 20007, 30007, 40007 and 50007 – Crash Imminent Braking (CIB) System Test: One (1) vehicle crash imminent braking system test performed to all requirements specified in the NCAP Crash Imminent Braking Test Procedure; uses SSV or GVT as the POV; includes vehicle preparation/instrumentation, and all required data channels, measurements, and documentation. h. CLINs 00008, 10008, 20008, 30008, 40008 and 50008 – Crash Imminent Braking (CIB) System Re-test: One (1) vehicle crash imminent braking system test performed to all requirements specified in the NCAP Crash Imminent Braking Test Procedure; uses SSV or GVT as the POV; includes all required data channels, measurements, and documentation; but does not include vehicle preparation/instrumentation. These CLINs are an add-on to CLINs 00007, 10007, 20007, 30007, 40007 and 50007. i. CLINs 00009, 10009, 20009, 30009, 40009 and 50009 – Dynamic Brake Support (DBS) System Test: One (1) vehicle dynamic brake support system test performed to all requirements specified in the NCAP Dynamic Brake Support Test Procedure; uses SSV or GVT as the POV; includes vehicle preparation/instrumentation, and all required data channels, measurements, and documentation. j. CLINs 00010, 10010, 20010, 30010, 40010 and 50010 – Dynamic Brake Support (DBS) System Re-test: One (1) vehicle dynamic brake support system test performed to all requirements specified in the NCAP Dynamic Brake Support Test Procedure; uses SSV or GVT as the POV; includes all required data channels, measurements, and documentation; but does not include vehicle preparation/instrumentation. These CLINs are an add-on to CLINs 00009, 10009, 20009, 30009, 40009 and 50009. k. CLINs 00011, 10011, 20011, 30011, 40011 and 50011 – Pedestrian Automatic Emergency Braking (PAEB) System Test: One (1) vehicle pedestrian automatic emergency braking system test performed to all requirements specified in the NCAP Pedestrian Automatic Emergency Braking Test Procedure; uses articulating mannequins and includes one (1) lighting condition; also includes vehicle preparation/instrumentation, and all required data channels, measurements, and documentation. l. CLINs 00012, 10012, 20012, 30012, 40012 and 50012 – Pedestrian Automatic Emergency Braking (PAEB) System Re-test: One (1) vehicle pedestrian automatic

Page 5 of 97 Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

emergency braking system test performed to all requirements specified in the NCAP Pedestrian Automatic Emergency Braking Test Procedure; uses articulating mannequins and includes one (1) lighting condition; also includes all required data channels, measurements, and documentation; but does not include vehicle preparation/instrumentation. These CLINs are an add-on to CLINs 00011, 10011, 20011, 30011, 40011 and 50011. m. CLINs 00013, 10013, 20013, 30013, 40013 and 50013 – Blind Spot Detection (BSD) System Test: One (1) vehicle blind spot detection system test performed to all requirements specified in the NCAP Blind Spot Detection Test Procedure; includes vehicle preparation/instrumentation, and all required data channels, measurements, and documentation. n. CLINs 00014, 10014, 20014, 30014, 40014 and 50014 – Blind Spot Detection (BSD) System Re-test: One (1) vehicle blind spot detection system test performed to all requirements specified in the NCAP Blind Spot Detection Test Procedure; includes all required data channels, measurements, and documentation; but does not include vehicle preparation/instrumentation. These CLINs are an add-on to CLINs 00013, 10013, 20013, 30013, 40013 and 50013. o. CLINs 00015, 10015, 20015, 30015, 40015 and 50015 – Blind Spot Intervention (BSI) System Test: One (1) vehicle blind spot intervention system test performed to all requirements specified in the NCAP Blind Spot Intervention Test Procedure; includes vehicle preparation/instrumentation, and all required data channels, measurements, and documentation. p. CLINs 00016, 10016, 20016, 30016, 40016 and 50016 – Blind Spot Intervention (BSI) System Re-test: One (1) vehicle blind spot intervention system test performed to all requirements specified in the NCAP Blind Spot Intervention Test Procedure; includes all required data channels, measurements, and documentation; but does not include vehicle preparation/instrumentation. These CLINs are an add-on to CLINs 00015, 10015, 20015, 30015, 40015 and 50015. q. CLINs 00017, 10017, 20017, 30017, 40017 and 50017 – Rear Automatic Braking (RAB) System Test: One (1) vehicle rear automatic braking system test performed to all requirements specified in the NCAP Rear Automatic Braking Test Procedure; includes vehicle preparation/instrumentation, and all required data channels, measurements, and documentation. r. CLINs 00018, 10018, 20018, 30018, 40018 and 50018 – Rear Automatic Braking (RAB) System Re-test: One (1) vehicle rear automatic braking system test performed to all requirements specified in the NCAP Rear Automatic Braking Test Procedure; includes all required data channels, measurements, and documentation; but does not include vehicle preparation/instrumentation. These CLINs are an add-on to CLINs 00017, 10017, 20017,

Page 6 of 97 Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

30017, 40017 and 50017. s. CLINs 00019, 10019, 20019, 30019, 40019 and 50019 – Lower Beam Headlighting Visibility Test: One (1) vehicle lower beam headlighting visibility test performed to all requirements specified in the NCAP Lower Beam Headlighting Visibility Test Procedure; includes vehicle preparation/instrumentation, and all required data channels, measurements, and documentation. t. CLINs 00020, 10020, 20020, 30020, 40020 and 50020 – Semi-Automatic Headlamp Beam-Switching Device Test: One (1) vehicle semi-automatic headlamp beam-switching device test performed to all requirements specified in the NCAP Semi-Automatic Headlamp Beam-Switching Test Procedure; includes vehicle preparation/instrumentation, and all required data channels, measurements, and documentation. u. CLINs 00021, 10021, 20021, 30021, 40021 and 50021 – Amber Rear Turn Signal Lamps Test: One (1) vehicle amber rear turn signal lamps test performed to all requirements specified in the NCAP Amber Rear Turn Signal Test Procedure; includes vehicle preparation/instrumentation, and all required data channels, measurements, and documentation. v. CLINs 00022, 10022, 20022, 30022, 40022 and 50022 – Additional Camera for Any Crash Avoidance NCAP Test: Adds an additional camera beyond that required for an NCAP CA test. w. CLINs 00023, 10023, 20023, 30023, 40023 and 50023 – Additional Data Channel for Any Crash Avoidance NCAP Test: Adds an additional data channel beyond that required for an NCAP CA test. x. CLINs 00024, 10024, 20024, 30024, 40024 and 50024 – Vehicle Teardown, Parts Removal, and/or Additional Measurements: Cost per hour for a technician to perform special inspection of a test vehicle, remove parts from a vehicle, and/or take additional measurements separate from those required for an NCAP test. Before proceeding with any activity under this CLIN, the contractor shall provide an estimated number of hours to perform the required work and receive authorization to proceed from the NHTSA Contracting Officer. y. CLINs 00025, 10025, 20025, 30025, 40025 and 50025 – Vehicle Shipping Reimbursement: Cost for shipping , if requested. Before proceeding with any activity under this CLIN, the contractor shall provide an estimate for the shipping cost and receive authorization to proceed from the NHTSA Contracting Officer. z. CLINs 00026, 10026, 20026, 30026, 40026 and 50026 – Parts and Shipping Reimbursement: Cost for parts purchased for vehicle reconstruction or repairs, including

Page 7 of 97 Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

tires, and any associated shipping costs. aa. CLINs 00027, 10027, 20027, 30027, 40027 and 50027 – Vehicle Reconstruction and Repair Reimbursement: Cost for a repair technician to perform any required vehicle reconstruction and repairs to a test vehicle, including tire replacement (where NHTSA has determined that the contractor and/or shipper are not liable). Before proceeding with any repair, the Contractor shall provide an estimated number of hours for the repair, the total cost of the repair, a justification of the need for the repair and receive authorization to proceed from the NHTSA Contracting Officer. bb. CLINSs 00028, 10028, 20028, 30028, 40028 and 50028 – Surrogate Subject Vehicle (SSV) Lease Cost: Cost to lease one (1) surrogate subject vehicle for use in one (1) of the CA NCAP tests. Conforms, as applicable, to all requirements specified in the NCAP CA Test Procedures. cc. CLINs 00029, 10029, 20029, 30029, 40029 and 50029 – Global Vehicle Target (GVT) Lease Cost: Cost to lease one (1) Global Vehicle Target for use in one (1) of the CA NCAP tests. Conforms, as applicable, to all requirements specified in the NCAP CA Test Procedures. dd. CLIN 00101 – Kick-off Meeting: Kick-off Meeting is the price of $TBD for services required for participation in a kick-off meeting.

Page 8 of 97 Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

B.4 PRICE SCHEDULE

B.4.1 Base Period (Year 1) – Price schedule

Base Period (Year 1) (Date of Contract Award through 12 Months) Ceiling Amount: $TBD at Contract Award

Fixed Unit CLIN Item Description Price 00001 Lane Departure Warning System Test 00002 Lane Departure Warning System Re-test 00003 Lane Keeping Support System Test 00004 Lane Keeping Support System Re-test Forward Collision Warning System Test (using a vehicle or 00005 motorcycle as the POV) Forward Collision Warning System Re-test (using a vehicle or 00006 motorcycle as the POV) Crash Imminent Braking System Test (using SSV or GVT as the 00007 POV) Crash Imminent Braking System Re-test (using SSV or GVT as 00008 the POV) Dynamic Brake Support Systems Test (using SSV or GVT as the 00009 POV) Dynamic Brake Support Systems Re-test (using SSV or GVT as 00010 the POV) Pedestrian Automatic Emergency Braking Test (using articulating 00011 dummies and one (1) lighting condition) Pedestrian Automatic Emergency Braking Re-test (using 00012 articulating dummies and one (1) lighting condition) 00013 Blind Spot Detection System Test 00014 Blind Spot Detection System Re-test 00015 Blind Spot Intervention System Test 00016 Blind Spot Intervention System Re-test 00017 Rear Automatic Braking System Test 00018 Rear Automatic Braking System Re-test 00019 Lower Beam Headlighting Visibility Test 00020 Semi-Automatic Headlamp Beam-Switching Device Test 00021 Amber Rear Turn Signal Lamps Test Additional Cameras and Instrumentation 00022 Additional Camera for Any Crash Avoidance NCAP Test 00023 Additional Data Channel for Any Crash Avoidance NCAP Test

9 of 97 Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

Fixed Unit CLIN Item Description Price Miscellaneous Vehicle Teardown, Parts Removal, and/or Additional 00024 Measurements (per hour) 00025 Vehicle Shipping Reimbursement 00026 Parts and Parts Shipping Reimbursement 00027 Vehicle Reconstruction and Repair Reimbursement 00028 Surrogate Subject Vehicle (SSV) Lease Cost 00029 Global Vehicle Target (GVT) Lease Cost 00101 Kick-off Meeting

10 of 97 Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

B.4.2 Base Period (Year 2) – Price schedule

Base Period (Year 2) (End of Base Period (Year 1) through 12 Months) Ceiling Amount: $TBD at Contract Award

Fixed Unit CLIN Item Description Price 10001 Lane Departure Warning System Test 10002 Lane Departure Warning System Re-test 10003 Lane Keeping Support System Test 10004 Lane Keeping Support System Re-test Forward Collision Warning System Test (using a vehicle or 10005 motorcycle as the POV) Forward Collision Warning System Re-test (using a vehicle or 10006 motorcycle as the POV) Crash Imminent Braking System Test (using SSV or GVT as the 10007 POV) Crash Imminent Braking System Re-test (using SSV or GVT as 10008 the POV) Dynamic Brake Support Systems Test (using SSV or GVT as the 10009 POV) Dynamic Brake Support Systems Re-test (using SSV or GVT as 10010 the POV) Pedestrian Automatic Emergency Braking Test (using articulating 10011 dummies and one (1) lighting condition) Pedestrian Automatic Emergency Braking Re-test (using 10012 articulating dummies and one (1) lighting condition) 10013 Blind Spot Detection System Test 10014 Blind Spot Detection System Re-test 10015 Blind Spot Intervention System Test 10016 Blind Spot Intervention System Re-test 10017 Rear Automatic Braking System Test 10018 Rear Automatic Braking System Re-test 10019 Lower Beam Headlighting Visibility Test 10020 Semi-Automatic Headlamp Beam-Switching Device Test 10021 Amber Rear Turn Signal Lamps Test Additional Cameras and Instrumentation 10022 Additional Camera for Any Crash Avoidance NCAP Test 10023 Additional Instrumentation for Any Crash Avoidance NCAP Test Miscellaneous Vehicle Teardown, Parts Removal, and/or Additional 10024 Measurements (per hour)

11 of 97 Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

Fixed Unit CLIN Item Description Price 10025 Vehicle Shipping Reimbursement 10026 Parts and Parts Shipping Reimbursement 10027 Vehicle Reconstruction and Repair Reimbursement 10028 Surrogate Subject Vehicle (SSV) Lease Cost 10029 Global Vehicle Target (GVT) Lease Cost

12 of 97 Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

B.4.3 Base Period (Year 3) – Price schedule

Base Period (Year 3) (End of Base Period (Year 2) through 12 Months) Ceiling Amount: $ TBD at Contract Award

Fixed CLIN Item Description Unit Price 20001 Lane Departure Warning System Test 20002 Lane Departure Warning System Re-test 20003 Lane Keeping Support System Test 20004 Lane Keeping Support System Re-test Forward Collision Warning System Test (using a vehicle or 20005 motorcycle as the POV) Forward Collision Warning System Re-test (using a vehicle or 20006 motorcycle as the POV) Crash Imminent Braking System Test (using SSV or GVT as the 20007 POV) Crash Imminent Braking System Re-test (using SSV or GVT as 20008 the POV) Dynamic Brake Support Systems Test (using SSV or GVT as the 20009 POV) Dynamic Brake Support Systems Re-test (using SSV or GVT as 20010 the POV) Pedestrian Automatic Emergency Braking Test (using articulating 20011 dummies and one (1) lighting condition) Pedestrian Automatic Emergency Braking Re-test (using 20012 articulating dummies and one (1) lighting condition) 20013 Blind Spot Detection System Test 20014 Blind Spot Detection System Re-test 20015 Blind Spot Intervention System Test 20016 Blind Spot Intervention System Re-test 20017 Rear Automatic Braking System Test 20018 Rear Automatic Braking System Re-test 20019 Lower Beam Headlighting Visibility Test 20020 Semi-Automatic Headlamp Beam-Switching Device Test 20021 Amber Rear Turn Signal Lamps Test Additional Cameras and Instrumentation 20022 Additional Camera for Any Crash Avoidance NCAP Test 20023 Additional Instrumentation for Any Crash Avoidance NCAP Test Miscellaneous Vehicle Teardown, Parts Removal, and/or Additional 20024 Measurements (per hour)

13 of 97 Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

Fixed CLIN Item Description Unit Price 20025 Vehicle Shipping Reimbursement 20026 Parts and Parts Shipping Reimbursement 20027 Vehicle Reconstruction and Repair Reimbursement 20028 Surrogate Subject Vehicle (SSV) Lease Cost 20029 Global Vehicle Target (GVT) Lease Cost

14 of 97 Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

B.4.4 Base Period (Year 4) – Price schedule

Base Period (Year 4) (End of Base Period (Year 3) through 12 Months) Ceiling Amount: $ TBD at Contract Award

Fixed CLIN Item Description Unit Price 30001 Lane Departure Warning System Test 30002 Lane Departure Warning System Re-test 30003 Lane Keeping Support System Test 30004 Lane Keeping Support System Re-test Forward Collision Warning System Test (using a vehicle or 30005 motorcycle as the POV) Forward Collision Warning System Re-test (using a vehicle or 30006 motorcycle as the POV) Crash Imminent Braking System Test (using SSV or GVT as the 30007 POV) Crash Imminent Braking System Re-test (using SSV or GVT as 30008 the POV) Dynamic Brake Support Systems Test (using SSV or GVT as the 30009 POV) Dynamic Brake Support Systems Re-test (using SSV or GVT as 30010 the POV) Pedestrian Automatic Emergency Braking Test (using articulating 30011 dummies and one (1) lighting condition) Pedestrian Automatic Emergency Braking Re-test (using 30012 articulating dummies and one (1) lighting condition) 30013 Blind Spot Detection System Test 30014 Blind Spot Detection System Re-test 30015 Blind Spot Intervention System Test 30016 Blind Spot Intervention System Re-test 30017 Rear Automatic Braking System Test 30018 Rear Automatic Braking System Re-test 30019 Lower Beam Headlighting Visibility Test 30020 Semi-Automatic Headlamp Beam-Switching Device Test 30021 Amber Rear Turn Signal Lamps Test Additional Cameras and Instrumentation 30022 Additional Camera for Any Crash Avoidance NCAP Test 30023 Additional Instrumentation for Any Crash Avoidance NCAP Test Miscellaneous Vehicle Teardown, Parts Removal, and/or Additional 30024 Measurements (per hour)

15 of 97 Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

Fixed CLIN Item Description Unit Price 30025 Vehicle Shipping Reimbursement 30026 Parts and Parts Shipping Reimbursement 30027 Vehicle Reconstruction and Repair Reimbursement 30028 Surrogate Subject Vehicle (SSV) Lease Cost 30029 Global Vehicle Target (GVT) Lease Cost

16 of 97 Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

B.4.5 Base Period (Year 5) – Price schedule

Base Period (Year 5) (End of Base Period (Year 4) through 12 Months) Ceiling Amount: $ TBD at Contract Award

Fixed CLIN Item Description Unit Price 40001 Lane Departure Warning System Test 40002 Lane Departure Warning System Re-test 40003 Lane Keeping Support System Test 40004 Lane Keeping Support System Re-test Forward Collision Warning System Test (using a vehicle or 40005 motorcycle as the POV) Forward Collision Warning System Re-test (using a vehicle or 40006 motorcycle as the POV) Crash Imminent Braking System Test (using SSV or GVT as the 40007 POV) Crash Imminent Braking System Re-test (using SSV or GVT as 40008 the POV) Dynamic Brake Support Systems Test (using SSV or GVT as the 40009 POV) Dynamic Brake Support Systems Re-test (using SSV or GVT as 40010 the POV) Pedestrian Automatic Emergency Braking Test (using articulating 40011 dummies and one (1) lighting condition) Pedestrian Automatic Emergency Braking Re-test (using 40012 articulating dummies and one (1) lighting condition) 40013 Blind Spot Detection System Test 40014 Blind Spot Detection System Re-test 40015 Blind Spot Intervention System Test 40016 Blind Spot Intervention System Re-test 40017 Rear Automatic Braking System Test 40018 Rear Automatic Braking System Re-test 40019 Lower Beam Headlighting Visibility Test 40020 Semi-Automatic Headlamp Beam-Switching Device Test 40021 Amber Rear Turn Signal Lamps Test Additional Cameras and Instrumentation 40022 Additional Camera for Any Crash Avoidance NCAP Test 40023 Additional Instrumentation for Any Crash Avoidance NCAP Test Miscellaneous Vehicle Teardown, Parts Removal, and/or Additional 40024 Measurements (per hour)

17 of 97 Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

Fixed CLIN Item Description Unit Price 40024 Vehicle Shipping Reimbursement 40026 Parts and Parts Shipping Reimbursement 40027 Vehicle Reconstruction and Repair Reimbursement 40028 Surrogate Subject Vehicle (SSV) Lease Cost 40029 Global Vehicle Target (GVT) Lease Cost

18 of 97 Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

B.4.6 Price Schedule – FAR 52.217-8 Option to Extend Services (Nov 1999)

Base Period (Year 5 Extension) (End of Base Period (Year 5) through 6 Months) Ceiling Amount: $ TBD at Contract Award

The Government may require continued performance of any services within the limits and at the rates specified in the contract under Section B.4.5, Base Period (Year 5) – Price schedule. These rates may be adjusted (i.e., from the rates proposed under Section B.4.6, Base Period (Year 5) - Price Schedule only as a result of revisions to prevailing labor rates provided by the Secretary of Labor.

Fixed Unit CLIN Item Description Price 50001 Lane Departure Warning System Test 50002 Lane Departure Warning System Re-test 50003 Lane Keeping Support System Test 50004 Lane Keeping Support System Re-test Forward Collision Warning System Test (using a vehicle or 50005 motorcycle as the POV) Forward Collision Warning System Re-test (using a vehicle or 50006 motorcycle as the POV) Crash Imminent Braking System Test (using SSV or GVT as the 50007 POV) Crash Imminent Braking System Re-test (using SSV or GVT as 50008 the POV) Dynamic Brake Support Systems Test (using SSV or GVT as the 50009 POV) Dynamic Brake Support Systems Re-test (using SSV or GVT as 50010 the POV) Pedestrian Automatic Emergency Braking Test (using articulating 50011 dummies and one (1) lighting condition) Pedestrian Automatic Emergency Braking Re-test (using 50012 articulating dummies and one (1) lighting condition) 50013 Blind Spot Detection System Test 50014 Blind Spot Detection System Re-test 50015 Blind Spot Intervention System Test 50016 Blind Spot Intervention System Re-test 50017 Rear Automatic Braking System Test 50018 Rear Automatic Braking System Re-test 50019 Lower Beam Headlighting Visibility Test 50020 Semi-Automatic Headlamp Beam-Switching Device Test 50021 Amber Rear Turn Signal Lamps Test

19 of 97 Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

Fixed Unit CLIN Item Description Price Additional Cameras and Instrumentation 50022 Additional Camera for Any Crash Avoidance NCAP Test 50023 Additional Instrumentation for Any Crash Avoidance NCAP Test Miscellaneous Vehicle Teardown, Parts Removal, and/or Additional 50024 Measurements (per hour) 50025 Vehicle Shipping Reimbursement 50026 Parts and Parts Shipping Reimbursement 50027 Vehicle Reconstruction and Repair Reimbursement 50028 Surrogate Subject Vehicle (SSV) Lease Cost 50029 Global Vehicle Target (GVT) Lease Cost

(End of Section B)

20 of 97 Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

SECTION C – DESCRIPTION, SPECIFICATIONS, WORK STATEMENT

C.1 BACKGROUND

The New Car Assessment Program (NCAP) is a consumer information program. Its goals are to: (1) provide consumers with safety ratings and information to assist them in their vehicle purchasing decisions and (2) use market forces to motivate automobile manufacturers to design vehicles to a higher level of occupant protection. To accomplish these goals, the National Highway Traffic Safety Administration (NHTSA) conducts vehicle testing under its NCAP program and releases the test results to the public so that consumers can use this information when selecting a new vehicle to purchase.

The work described herein will allow NCAP to conduct crash avoidance tests on new vehicles to assess the performance of certain advanced technologies and provide consumers with this information. NHTSA plans to issue delivery orders for vehicle testing tests for Lane Departure Warning (LDW), Forward Crash Warning (FCW), Crash Imminent Braking (CIB), and Dynamic Brake Support (DBS) systems. NHTSA may issue delivery orders for additional vehicle testing for Lane Keeping Support (LKS), Blind Spot Detection (BSD), Blind Spot Intervention (BSI), Pedestrian Automatic Emergency Braking (PAEB), Semi-Automatic Headlight Beam-Switching (SAHBS), Lower Beam Headlighting, Adaptive Driving Beams (ADB), Safety Assist (ISA) systems, and other Advanced Driver Assistance Systems (ADAS) or automated vehicle technologies that the agency seeks to assess. These tests may require testing conducted with a motorcycle or bicycle as the surrogate vehicle, testing in dark or poorly lit conditions, and/or testing on curved .

NHTSA may also issue task orders for testing of Automatic Crash Notification (ACN), Advanced Automatic Crash Notification (AACN), Vehicle-to-Vehicle communication (V2V), or Vehicle-to- Infrastructure (V2I) communication. Furthermore, additional research-type testing may be conducted in conjunction with any the technologies mentioned, to investigate test failures or test anomalies, or to refine or develop test procedures.

This work will consist of year-around outdoor non-destructive vehicle testing, and data gathering.

C.2 ACRONYMS AND DEFINITIONS

C.2.1 Acronyms

AACN Advanced Automatic Crash Notification ACOR Alternate Contracting Officer’s Representative ACN Automatic Crash Notification ADAS Advanced Driver Assistance Systems ADB Adaptive Driving Beams BSD Blind Spot Detection BSI Blind Spot Intervention

21 of 97 Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

CA Crash Avoidance CAP Contractor Acquired Property CIB Crash Imminent Braking COR Contracting Officer’s Representative DAS Data Acquisition System DBS Dynamic Brake Support DO Delivery Order DOT Department of Transportation FCW Forward Collision Warning FTP File Transfer Protocol GFP Government Furnished Property GPS Global Positioning System GVT Global Vehicle Target ISA Intersection Support Assist LDW Lane Departure Warning LKS Lane Keeping Support NCAP New Car Assessment Program NHTSA National Highway Traffic Safety Administration NIST National Institute of Standards and Technology PAEB Pedestrian Automatic Emergency Braking POV Principle Other Vehicle QA Quality Assurance SAHBS Semi-Automatic Headlight Beam-Switching SV Subject Vehicle SSV Surrogate Subject Vehicle SWG Signal Wave Generator VIN Vehicle Identification Number V2I Vehicle-to-Infrastructure Communication (V2I) V2V Vehicle-to-Vehicle Communication (V2V)

C.2.2 Definitions

“Day”: As used in this contract, unless otherwise noted, the term refers to a calendar day.

“Week”: As used in this contract the term refers to seven consecutive calendar days.

“Test Failure”: As used in this contract, and unless otherwise stated, the term means a test which fails to meet an NCAP test requirement.

“Invalid Test”: As used in this contract, an “invalid test” is one that does not conform to all requirements/specifications of the NCAP test procedures.

22 of 97 Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

C.3 GENERAL REQUIREMENTS

The Contractor shall provide all personnel, facilities, services, materials, supplies, and equipment (except government furnished property) necessary to perform the following: inspection, testing, and reporting services for crash avoidance technology testing conducted for the New Car Assessment Program (NCAP); and test instrumentation calibration.

NHTSA will issue delivery orders for vehicle tests that focus on performance assessments for Lane Departure Warning (LDW), Forward Crash Warning (FCW), Crash Imminent Braking (CIB), and Dynamic Brake Support (DBS) systems. Additional delivery orders may be issued for additional ADAS systems or technologies such as : Lane Keeping Support (LKS), Blind Spot Detection (BSD), Blind Spot Intervention (BSI), Pedestrian Automatic Emergency Braking (PAEB), Semi-Automatic Headlight Beam-Switching (SAHBS), Lower Beam Headlighting, Adaptive Driving Beams (ADB), Intersection Safety Assist (ISA) systems, and other Advanced Driver Assistance Systems (ADAS) or automated vehicle technologies that the agency may seek to assess. These tests may include testing conducted with a motorcycle or bicycle as the surrogate vehicle, testing in dark or poorly lit conditions, and/or testing on curved roads. NHTSA may also issue task orders for testing of Automatic Crash Notification (ACN), Advanced Automatic Crash Notification (AACN), vehicle-to- vehicle communication (V2V), or vehicle-to-infrastructure (V2I) communication. Furthermore, NHTSA may include in a task order research-type testing of a ADAS technology to investigate test failures or test anomalies, or to refine or develop test procedures.

C.4 SCOPE OF WORK

C.4.1 Kick-off Meeting

Within two (2) weeks of contract award, key members of the Contractor’s staff shall meet with the NHTSA COR, Contracting Officer, and other interested NHTSA staff for the purposes of a kick-off meeting. The meeting will be held via conference call and last from one (1) to two (2) hours. The purpose of the kick-off meeting is to: a. Review the Contract’s requirements; b. Review the process for issuing Delivery Orders; and c. Address questions from any party.

C.4.2 Laboratory Test Procedures

The Contractor shall provide engineering services that include crash avoidance tests on production vehicles, data gathering, equipment and instrumentation qualification tests and calibrations. All testing must adhere to NCAP’s test procedures, and any subsequent written clarifications, revisions, or other additional or alternative test procedures developed by the Government to assess the aforementioned ADAS technologies or new ADAS technologies.

23 of 97 Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

Test procedures for LDW and LKS, FCW, CIB, DBS, BSD, BSI, and PAEB are included in Section J, Lists of Exhibits, Documents, and Other Attachments, and summarized below. The agency updates the required testing procedures periodically (usually on an annual basis). The Contractor shall be required to conduct testing using any updated testing procedures in place at the time of testing. The COR will provide the Contractor with any updated or additional test procedures.

• LDW – This test begins with the Subject Vehicle (SV) accelerating from rest to a test speed of 45 mph while travelling in a straight line parallel to one of three lane markings; continuous white lines, discontinuous (i.e., dashed) yellow lines, or discontinuous raised pavement markers (i.e., Botts’ Dots). The driver controls the SV in a straight line approximately 1.8 m from the lane edge as the SV approaches the start gate. The SV must achieve the test speed at least 60 m before the start gate is reached. Once the SV reaches the start gate, the steering machine initiates its program to input sufficient steering to achieve a lane departure with a target lateral velocity of 1.6 ft./s (0.5 m/s) with respect to the lane line, and the test vehicle is driven at a constant speed throughout the maneuver. The test ends when the vehicle crosses at least 3.3 ft. (1.0 m) over the edge of the lane line marking. The scenario is performed for two different departure directions, left and right, and for all three lane marking types, resulting in six tests total. Additionally, five trial runs are conducted for each departure direction and lane line combination, resulting in 30 total runs.

• LKS – This test includes a series of lane keep assist trials that are performed with iteratively increasing lateral velocities towards the desired lane line. Each trial begins with the SV being driven at 45 mph down a straight lane delineated by a single solid white or dashed white line. Initially, the SV path is parallel to the lane line, with an offset from the lane line that depends on the lateral velocity used later in the maneuver. Then, after a short period of steady-state driving, the direction of travel of the SV is headed towards the lane line using a path defined by a 1,200 m radius curve. The lateral velocity of the SV’s approach towards the lane line (from both the left and right directions) is increased from 0.2 to 0.5 m/s in 0.1 m/s increments until acceptable LKS performance is no longer realized. Acceptable LKS performance occurs when the SV does not cross the inboard leading edge of the lane line by more than 0.3 m. Five trial runs are conducted for each departure direction and lane line combination.

• FCW – This test evaluates the ability of an FCW system to detect lead vehicles in the same lane of travel as the SV under three separate closing conditions on a straight . First, the SV moving at 45 mph will approach a stationary Principal Other Vehicle (POV). Next, the SV moving at 45 mph will approach a braking POV moving at 45 mph and decelerating at a rate of 0.3 g. Finally, the SV moving at 45 mph will approach a slower-moving POV traveling at 20 mph. In each of these scenarios, the SV should provide pre-crash warnings at specified intervals from the other vehicle. Seven trial runs are conducted for each test scenario.

• CIB – This test evaluates the ability of a CIB system to detect and respond to a hazard in the forward path of the SV by automatically activating the SV’s foundation brake system. There are four test scenarios to assess the CIB performance. In the first three test scenarios, braking

24 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

is expected, and the SV must provide enough braking to reduce the speed of the SV by a prescribed minimum amount (scenarios 1 and 3), or avoid contact with the POV (scenario 2). In the first scenario, an SV moving at 25 mph approaches a stopped POV in the same lane of travel. The second scenario consists of two test conditions. In the first, the SV traveling at 25 mph, approaches a slower-moving POV travelling at 10 mph. In the second, the SV traveling at 45 mph, approaches a slower-moving POV travelling at 20 mph. For the third scenario, the SV travelling at 35 mph encounters a POV also travelling at 35 mph but braking with constant deceleration of 0.3 g in the forward path of the SV. The final test scenario is comprised of two false positive assessments, one with the SV moving at 25 mph and the other with the SV moving at 45 mph, to evaluate the ability of the CIB system to differentiate a Steel Trench Plate (STP) from an object presenting a safety risk to the SV. Therefore, the SV’s automatic braking should be suppressed for this scenario. For the CIB test, seven trial runs are conducted for each test scenario.

• DBS – This test evaluates the ability of a DBS system to detect and respond to a hazard in the forward path of the SV by automatically supplementing the vehicle’s foundation brake system. There are four test scenarios to assess DBS performance. In the first three test scenarios, braking is expected, and the SV must provide enough supplemental braking to avoid contact with the POV. In the first scenario, an SV moving at 25 mph approaches a stopped POV in the same lane of travel. The second scenario consists of two test conditions. In the first, the SV traveling at 25 mph, approaches a slower-moving POV travelling at 10 mph. In the second, the SV traveling at 45 mph, approaches a slower-moving POV travelling at 20 mph. For the third scenario, the SV travelling at 35 mph encounters a POV also travelling at 35 mph but braking with constant deceleration of 0.3 g in the forward path of the SV. The final test scenario is comprised of two false positive assessments, one with the SV moving at 25 mph and the other with the SV moving at 45 mph, to evaluate the ability of the DBS system to differentiate an STP from an object presenting a safety risk to the SV. Therefore, the SV should exhibit only minimal automatic braking, which is dictated by the average peak baseline deceleration observed in 25 mph and 45 mph baseline runs. For the DBS test, seven trial runs are conducted for each test scenario. Baseline runs are also conducted.

• BSD – This test evaluates the ability of a BSD system to detect a vehicle that enters and exits the blind zone for two test scenarios – the converge/diverge test and the pass-by test. The converge/diverge scenario begins with the POV and the SV driving at 45 mph with constant headway. After a period of steady state driving, the POV makes a single lane change at a specified lateral velocity and enters the SV blind zone (i.e., converges). Steady-state driving resumes for a period of time and then the POV exits the SV’s blind zone at a specified lateral velocity and returns to its original travel lane (i.e., diverges). This test is repeated for a POV approach from both the left and right side of the SV. In the pass-by scenario, the SV travelling at 45 mph is passed by the POV travelling at one of four constant speeds (50, 55, 60, or 65 mph) in the adjacent lane. During this pass-by, the POV enters, then exits the SV blind zone as it passes the SV. This test is repeated for a POV approach towards the SV from an adjacent lane to the left and to the right side of the SV at each of the POV travelling speeds. For both

25 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

BSD tests, seven trials are conducted for each test speed and approach direction combination.

• BSI – This test evaluates the ability of a BSI system to detect the presence of other vehicles in the equipped vehicle’s blind zone and intervene to avoid collision. There are three test scenarios to assess BSI system performance – SV lane change with constant headway, SV lane change with closing headway, and SV lane change with constant headway, false positive assessment. The SV lane change with constant headway scenario begins with the POV in the left lane adjacent to the SV. Once both vehicles reach their designated speeds (45 mph) and headway overlap, the SV driver initiates a single lane change maneuver into the lane occupied by the POV. Upon exiting the lane change, the SV driver releases the steering wheel. The SV lane change with closing headway scenario begins with POV approaching the SV blind spot from the rear. In this scenario, the POV is in the left lane adjacent to the SV. After both vehicles reach their designated speeds (i.e., POV = 50 mph; SV = 45 mph), the SV driver initiates a single lane change into the lane occupied by the POV. Upon exiting the lane change, the SV driver releases the steering wheel. For both test scenarios, the BSI system is expected to intervene and prevent the SV from collision. The final test scenario is a false positive assessment to evaluate the BSI system’s propensity to activate inappropriately to a non- threatening POV. This test begins with the POV two lanes to the left of the SV. After both vehicles have reached their designated speeds (45 mph) and headway overlap, the SV driver initiates a single lane change to the lane between the initial SV and POV lane positions. For this test, the driver does not release the steering wheel. The BSI system is expected to not respond to the presence of the POV.

• PAEB – This test evaluates the PAEB system’s ability to detect the presence of a pedestrian in the SV’s lane of travel. There are ten pedestrian pre-crash test scenarios – seven (S1) test scenarios with a pedestrian traveling across the SV’s lane, and three (S4) test scenarios with a pedestrian either standing or walking away from the vehicle within the SV’s travel lane. In the first three (S1) test scenarios, an SV travelling at 10 mph and 25 mph approaches an adult Pedestrian Test Mannequin (PTM) starting on the nearside and walking at 3 mph towards the far side, with 25%, 50%, 75% overlap, respectively. In the next test scenario, the SV travelling at 10 mph and 25 mph approaches a crossing child PTM running at 3 mph from behind a parked vehicle from the nearside of the lane towards the far side with 50% overlap. For the fifth S1 test scenario, the SV travelling at 25 mph approaches an adult PTM running at 5 mph from the nearside of the lane towards the far side with a 50% overlap. The next two S1 scenarios are false positive assessments used to evaluate the propensity of a PAEB system to inappropriately activate in a non-critical driving scenario that does not present a safety risk to the SV occupant(s) or pedestrian. For the first false positive assessment, the SV travelling at 25 mph approaches an adult PTM which begins walking at 3 mph from the nearside of the lane, but safely stops short of entering the SV’s lane of travel. The second false positive assessment involves the adult PTM crossing at 3 mph from the nearside of the lane towards the far side. The PTM clears the path of the SV, which travels at 25 mph. In the first two S4 test scenarios, the SV travelling at 10 mph and 25 mph approaches a stationary adult PTM in its lane of travel at a 25% overlap. In the first scenario, the PTM is facing away from the

26 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

approaching SV. In the second scenario, the PTM is facing towards the SV. In the third S4 test scenario, the SV approaches an adult PTM while the PTM is walking at 3 mph within and in the same direction as the SV’s lane of travel at a 25% overlap. For these tests, the adult and child PTM’s are strikable mannequins with visual and radar reflectivity characteristics representing a pedestrian. The child PTM has the characteristics of the 7-year-old child and the adult PTM is consistent with the characteristics of a 50th percentile adult male. Seven trials are conducted for each test condition.

In the event of any discrepancy between this section and NHTSA’s test procedures in the attachments to this document, the test procedures and any relevant written clarifications provided by the Government to the Contractor shall govern.

For any crash avoidance NCAP test, the COR may require additional cameras, instrumentation, and/or qualification tests beyond those required in the respective test procedure.

C.4.3 Duty to Provide Optional NCAP Testing Services (If Requested by NHTSA)

An important component of the NCAP testing program is the “optional” NCAP testing program.1 An optional NCAP test is an NCAP test (in this case, a crash avoidance test) paid for by the vehicle manufacturer. Due to limited funding, NCAP can only select, test, and provide consumer information on a certain number of vehicle makes and models of each year. In some instances, a vehicle manufacturer may wish to receive NCAP assessments or safety ratings for a vehicle not selected for testing by NCAP. In these cases, the vehicle manufacturer may request an optional NCAP test in writing to the Government. If the Government approves the optional NCAP test, the manufacturer will be responsible for all costs associated with testing, but the Government will dictate the Vehicle Identification Number(s) (VINs) of the vehicle(s) to be tested, and will receive the test deliverables.

In order to provide unbiased and equivalent test results, the Government requires that optional NCAP testing be done at test laboratories already performing NCAP testing under contract to the Government. Accordingly, the Contractor shall provide optional NCAP testing services to vehicle manufacturers when the Government approves a vehicle for the optional testing. In the case that an optional crash avoidance test is granted to a vehicle manufacturer, the Government will notify the Contractor which vehicle make and model was selected, and for what tests. The Contractor must treat an optional NCAP test as a typical NCAP test, i.e., the vehicle must be purchased/leased, prepared, scheduled, and tested in the exact same manner. The Contractor shall provide the same deliverables required under a Government-ordered NCAP test and shall only provide the deliverables to the Government. The Contractor and the vehicle manufacturer shall work out any business arrangements, such as testing and vehicle acquisition costs, separately and without the involvement of the Government. Under no circumstances should a vehicle be provided by the vehicle manufacturer to the Contractor for testing, nor should a specific VIN be requested by a vehicle manufacturer for testing. The Government will provide the test lab with the VIN of the vehicle to purchased and the test lab will

1 See 52 FR 31691 and 53 FR 3479 for more details. 27 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP) procure the specified vehicle for testing.

C.5 STORAGE OF TEST VEHICLE, PARTS, COMPONENTS OR EQUIPMENT

No test items shall be destroyed or disposed of until authorized by the COR. All test vehicles, whether tested or awaiting testing, and other test components, or equipment, whether provided as government furnished property (GFP) or contractor acquired property (CAP), shall be stored and protected until receipt of disposition instructions from the COR. These provisions shall survive the termination or expiration of the contract or final delivery order until all test items remaining in the possession of the Contractor have been disposed of in accordance with instructions from the COR.

C.6 MEASUREMENT AND TEST EQUIPMENT

All measurement and test equipment used in the performance of services under this contract shall be labeled with the following information:

(1) date and place of last calibration; (2) date of next scheduled calibration; (3) name of technician or commercial business performing the calibration; (4) full scale measurement range; and, (5) accuracy and tolerance over the entire measurement range or within the range used for testing.

Accuracy and tolerance of measured values shall be indicated on all charts, graphs, tracings, data printouts, and other hard copy output of test measurements and results.

The Contractor shall maintain records that show the traceability of calibrated measurement and test equipment to standards maintained by the National Institute of Standards and Technology (NIST).2

At any time during the duration of the contract, the COR may require the Contractor to evaluate the accuracy of any of its Data Acquisition System (DAS) channels and provide supporting data to the COR.

(End of Section C)

2 The Contractor may use the procedure listed under the NIST website (http://www.nist.gov/calibrations/upload/exp_meas.pdf) or an equivalent procedure. Equivalent procedures must receive approval for use by the COR. 28 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

SECTION D – PACKAGING AND MARKING

D.1 GENERAL INSTRUCTIONS

Preservation, and packing of all shipments or mailing of all work delivered under this contract shall be done in accordance with good commercial practices and to ensure acceptance by common carrier (if applicable) and safe transportation at the most economical rate(s).

Any deliverables required by this contract shall be submitted to the applicable personnel identified in Section F of this contract. Due to security concerns, deliverables transmitted via regular U.S. Mail experience significant delay in reaching an intended destination and, as part of the screening process, may be damaged. For these reasons, the U.S. Mail should not be used to transmit deliverables. Rather, the Contractor is encouraged to use electronic mail to the maximum extent possible.

D.2 FORMATTING TEXT AND IMAGE DELIVERABLES (JUN 2009)

For those deliverables submitted electronically as text or image files, the following specifications apply.

D.2.1 Text

Text files shall be delivered in a format compatible with a current version of Microsoft WORD . Font type of Times New Roman with a font size of twelve (12) shall be used throughout the document. The Contractor shall minimize additional formatting as much as possible, for example, avoid use of columns. Avoid using any design/layout elements except as described in Sections D.2.2, D.2.3, and D.2.4 below.

D.2.2 Charts and Graphs

The Contractor shall develop charts or graphs using a format compatible with a current version of Microsoft EXCEL and shall insert these in the appropriate places within the text document. The Contractor shall also provide the Microsoft EXCEL source file from which charts or graphs were developed.

D.2.3 Illustrations

NHTSA’s Office of Communication Services is responsible for developing or acquiring most illustrations found in NHTSA publications. These illustrations can take two forms:

• Graphics – In the majority of cases, the Office of Communication Services will develop any needed graphics in collaboration with the COR (DO) and/or COR. The Contractor shall provide text, graphs, and charts following the guidelines stipulated in D.2.1 and D.2.2 above. In some cases, the Contractor may be required to develop graphics. In these cases, the Contractor shall use only software approved by the U.S. Government Publishing Office (e.g., Adobe Illustrator.)

29 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

• Photographs – When photos are used in Agency publications, the Office of Communication Services typically uses existing photos or photos purchased through royalty-free sources. In the event the Contractor must supply photos for use in a publication, the photos must be high resolution images at least 300 dpi at the size used in the publication. Photos shall be supplied on a CD or DVD in either .tif format (for scanned images) or .jpg (for images downloaded to the CD or DVD directly from the digital camera).

NOTE: If a photograph is supplied by an outside source (Contractor, grantee, national organization, etc.), a release form must accompany the photo indicating that the human subjects in the photo authorize NHTSA to use the photo in its publications and on its Internet site. The Contractor shall not use a release form under this contract that has not been first reviewed and approved for use by the Agency. The Contractor also is responsible for ensuring that the necessary arrangements have been made with the photographer and the subjects in the photo to ensure that NHTSA has unlimited rights to use the images in print and on the web. The Contractor shall obtain, and provide to NHTSA, a written statement indicating that NHTSA has unlimited, unrestricted rights to the use of such photos.

D.2.4 Web-based Images

The Contractor is cautioned that copyrights may restrict use of web-based images even if it is not expressly indicated at the website. Additionally, the resolution of most web-based images is not high enough to provide a clear image when published. For these reasons, web-based images typically should not be used under this contract, and need to first be approved by the COR.

(End of Section D)

30 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

SECTION E – INSPECTION AND ACCEPTANCE

E.1 FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

The contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer (CO) will make the full text available. Also, the full text of a clause may be accessed electronically at the following web address.

CLAUSE CLAUSE TITLE DATE 52.246-4 Inspection of Services – Fixed-Price AUG 1996 52.246-16 Responsibility for Supplies APR 1984

E.2 INSPECTION AND/OR ACCEPTANCE

The Contracting Officer’s Representative (COR), as designated in Section G.3, Government Personnel, shall be responsible for the technical administration of this contract. For each Delivery Order (DO) placed under this contract, a Delivery Order COR will be identified. That person will be responsible for performing the inspection of all supplies and/or services rendered under the delivery order, and for recommending to the Contracting Officer acceptance or replacement/correction of services or materials that fail to meet the contract requirements.

Rejection of a deliverable will delay payment due and may be grounds for termination for default.

(End of Section E)

31 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

SECTION F- DELIVERABLES AND PERFORMANCE

F.1 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available. Also, the full text of a clause may be accessed electronically at www.acquisition.gov/far.

Federal Acquisition Regulation (FAR) Clauses:

CLAUSE CLAUSE TITLE DATE 52.242.15 Stop Work Order AUG 1989 52.247-35 F.O.B. Destination within Consignee's Premises APR 1984

F.2 PERIOD OF PERFORMANCE

All work required hereunder including preparation, submission, review, and acceptance of final reports shall be completed within sixty (60) months of the effective date of the contract. Delivery Orders may only be issued during this period and during any contract extensions. Testing ordered under Delivery Orders shall be completed within the timeframe specified in each Delivery Order and in accordance with Section I.3.4 FAR 52.216-22 Indefinite Quantity.

F.3 DELIVERABLES AND MILESTONES

a. Deliverables and Milestones Schedule

Items shall be delivered and/or completed in accordance with the following schedule.

Item Deliverables (D) Type of Due Date No. Milestones (M) Submission Within 2 weeks after 1 Kick-off Meeting (M) contract award. N/A (See C.4.1) Within 2 weeks after 2 Submit Quality Assurance (QA) Plan (D) contract award. E (See F.4) Within 2 weeks after contract award or prior to conducting Submit Test Instrumentation / Equipment 3 the first test under the E Calibration Procedures (D) contract, whichever occurs first. (See F.5) 32 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

Item Deliverables (D) Type of Due Date No. Milestones (M) Submission Prior to conducting Submit Contractor’s In-house Laboratory Test the first test of each 4 E Procedures (D) test type under the contract. (See F.6) A test schedule shall be provided within 2 5 Submit Test Schedule (D) weeks of receipt of a E Delivery Order. (See F.7) Once testing has begun, no later than the 15th day of each 6 Submit Monthly Status Reports (D) E month following the month being reported on. (See F.8) Verbal notification within 24 hours of the invalid test or apparent test failure Submit Laboratory Notice of Invalid Test or and written 7 V and E Apparent Test Failure (D) notification via e- mail within 2 business days after verbal notification. (See F.9) Within 24 hours of 8 Submit Quicklook Report and Run Log (D) the test. E (See F.10) Within 3 business 9 Submit DATATAPE (if requested) (D) days of the test. (See E F.11) Within 5 business 10 Submit Quality Control Package (D) days of the test. (See F F.12) Within 5 business days of test 11 Submit Draft Test Report (D) E or F completion. (See F.13) Within 2 weeks of 12 Submit Final Test Report (D) F receiving draft test

33 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

Item Deliverables (D) Type of Due Date No. Milestones (M) Submission report feedback and approval from the COR. (See F.14)

Note: V = Verbal; E = Electronically transmitted via e-mail; F = Electronically transmitted via FTP upload (See F.15); Where both E and F submission formats are acceptable, F is preferred.

Additional information on the format and content of some of these deliverables can be found in Appendix E and Appendix C of the NCAP Side MDB and NCAP Side Pole Test Procedures, respectively.

b. Place of Delivery

All deliverables shall be furnished to the following addresses in the type of submission specified:

Contact Information Deliverable Item Numbers DOT/National Highway Traffic Safety Administration Office of Rulemaking/NCAP, NRM-110 ATTN: TBD 2, 3, 4, 5, 6, 7, 8, 9, 10, 11 & 1200 New Jersey Ave., SE, Room W43-XXX 12 Washington, D.C. 20590 Phone: 202-493-XXX Email: [email protected] DOT/National Highway Traffic Safety Administration Office of Acquisition Management NFO-300 ATTN: David Larson 1200 New Jersey Ave., SE, Room W43-411 6 Washington, D.C. 20590 Phone: 202-366-4843 Email: [email protected]

F.4 QUALITY ASSURANCE (QA) MANAGEMENT PLAN

The Contractor shall provide the COR with an updated QA Management Plan that was originally submitted as part of its Technical Proposal within two (2) weeks after contract award. The updated plan shall reflect any changes since submission of the original. Further updates/revisions of the QA Management Plan require review and approval by the COR before implementation.

34 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

F.5 TEST INSTRUMENTATION/EQUIPMENT CALIBRATION PROCEDURES

The Contractor shall provide the COR with a copy of its calibration procedures within two (2) weeks after contract award or prior to commencing testing under this contract (whichever occurs first). The procedures shall explain how the Contractor implements and maintains its instrumentation calibration system in accordance with established calibration practices. The procedures shall indicate whether the system complies with ISO 10012-1 and ANSI/NCSL Z540-1, ISO/IEC 17025, ANSI/NCSL Z540.3, and/or other standard criteria.

F.6 CONTRACTOR'S IN-HOUSE LABORATORY TEST PROCEDURES

The Contractor shall provide the COR with a detailed in-house test procedure and detailed check-off lists prior to conducting the first test of each test type. Each test procedure shall include a step-by-step description of the methodology to be used for preparing and testing vehicles to the NCAP requirements. At minimum, each test procedure shall include general requirements, a list of test equipment, photograph and video requirements, pre- and post-test requirements, the test execution processes, and applicable data sheets. NCAP test procedures are available for the Contractor to use as guidance for development of its in-house procedures. The check-off lists shall document the step-by-step test execution processes, include the specific NCAP procedural and performance requirements, and shall be used in conjunction with the test procedure. The Contractor shall use check-off lists to document the completion of each step within the test process to ensure every step is completed in the proper sequence as required. Provisions for issuance and control of the Contractor’s test procedures and check-off lists shall be addressed within its QA Management Plan.

F.7 TEST SCHEDULE

Within 2 weeks of receipt of a Delivery Order, the Contractor shall provide a test schedule that identifies the Contractor’s proposed testing date(s), including start and completion dates for each test for each vehicle model based on known or estimated vehicle availability. The proposed schedule must be submitted to the COR and/or designated staff via e-mail. The Contractor shall not begin testing until the COR has reviewed and approved the test schedule. The Contractor shall make every effort to meet agreed upon testing dates. If the Contractor experiences delays in vehicle shipment or delivery, or if vehicle availability is delayed due to manufacturer production issues that outside of the Contractor’s control, the COR may approve reasonable modifications to the test schedule during the course of testing, if necessary.

35 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

F.8 MONTHLY STATUS REPORTS

The Contractor shall provide updated monthly status reports for the crash avoidance tests ordered no later than the 15th day of the month following the month being reported on. Each status report shall include the test vehicle make, model, lease cost, VIN, applicable tests to be completed, test date(s), return date, repair costs or other fees for lease extensions, etc. (as prescribed by the COR) and be submitted electronically to the COR in Microsoft Excel via e-mail unless an alternative schedule is approved or directed by the COR.

F.9 LABORATORY NOTICE OF INVALID TEST OR APPARENT TEST FAILURE

Within twenty-four (24) hours of an invalid test or apparent test failure, the Contractor shall provide an initial verbal notification to the COR and/or designated staff. Within two (2) business days after the initial notification, the Contractor shall also provide a written report of the invalid test or apparent test failure (via e-mail).

F.10 QUICKLOOK REPORT AND RUN LOG

The Quicklook Report and Run Log is a preliminary summary of the test that details all relevant performance criteria, and vehicle and test information. It shall also include comments on any test anomalies, including unusual test observations. The Contractor shall e-mail the Quicklook Report and Run Log to the COR within twenty-four (24) hours of the test.

F.11 DATATAPE

If requested, the Contractor shall provide a DATATAPE in .csv, matlab, or an alternative format specified by the COR. The DATATAPE shall be submitted by the Contractor via e-mail or FTP upload within 3 business days of the test.

F.12 QUALITY CONTROL PACKAGE

The Quality Control Package includes all information necessary for quality control review. It shall be uploaded to an FTP site, which will be provided by the COR, within five (5) business days of the test. This package is a summary of the test and includes the data tape (if requested), all photographs and videos, a draft test report, and a copy of the previously e-mailed Quicklook Report and Run Log.

F.13 DRAFT TEST REPORTS

For NCAP crash avoidance tests, the Contractor shall provide the COR with a Draft Test Report within five (5) business days of the test and include it with the Quality Control Package submission. The test report’s content and organization, including test data sheets, shall comply with the test report requirements contained in the applicable test procedures, or written requests from the COR (Section J).

36 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

F.14 FINAL TEST REPORTS

Within two (2) weeks after receipt of COR comments, the Contractor shall provide a Final Test Report that meets all deliverable requirements specified in the applicable test procedure or communicated in writing by the COR and addresses all comments and feedback. The Final Test Report and associated documentation (including photographs) are relied upon as the chronicle of an NCAP test. The Final Test Report and data will be released to the general public after review and acceptance by the COR. For these reasons, each Final Test Report must be a complete document capable of standing by itself after testing is completed.

F.15 FILE TRANSFER PROTOCOL (FTP)

To expedite data transfer between the Contractor and NHTSA, a File Transfer Protocol (FTP) website will be made available to the Contractor. The Contractor shall submit data via the FTP site per the requirements stipulated in the Test Procedures, or as communicated by the COR.

F.16 SECTION 508 COMPLIANCE

All electronic and information technology procured, developed, or delivered under this contract shall meet applicable accessibility standards, as specified in 36 CFR Part 1194. 36 CPR Part 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at https://www.section508.gov.

All contract deliverables covered by Section 508 shall be accessible to people with disabilities. Reports and other deliverables provided in electronic media, including web-based intranet and internet formats, shall conform to applicable accessibility standards, including at a minimum, the following provisions: 1194.21: Software Applications and Operating Systems 1194.22: Web-Based Intranet and Internet Information and Applications 1194.24: Video and Multimedia Products 1194.31: Functional Performance Criteria 1194.41: Information, Documentation, and Support

This standard is available for viewing at the Access Board web site at https://www.access- board.gov/guidelines-and-standards/communications-and-it/about-the-section-508-standards/section- 508-standards.

(End of Section F)

37 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

SECTION G – CONTRACT ADMINISTRATION DATA

G.1 SUBMISSION OF INVOICES

G.1.1 Invoice Procedures

ELECTRONIC SUBMISSION OF PAYMENT REQUESTS

Definitions. As used in this clause—

(1) Contract financing payment has the meaning given in FAR 32.001. (2) Payment request means a bill, voucher, invoice, or request for contract financing payment or invoice payment with associated supporting documentation. The payment request must comply with the requirements identified in FAR 32.905(b), “Content of Invoices,” this clause, and the applicable Payment clause included in this contract. (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. a. Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Governmentwide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. b. The Department of Transportation utilizes the Delphi eInvoicing web-portal for processing invoices. For vendors submitting invoices, and certain grantees submitting payment requests, they will be required to submit invoices to Operating Agency (NHTSA) electronically via the Delphi eInvoicing web-portal which is accessed via https://einvoice.esc.gov, and is authenticated via www.login.gov. All persons accessing the Delphi eInvoicing web-portal will be required to have their own unique user Delphi eInvoicing ID and be credentialed through login.gov. See www.login.gov for instructions. c. In order to receive payment and in accordance with the Prompt Payment Act, all invoices submitted as attachments in the Delphi eInvoicing web-portal must contain the following: i. Invoice number and invoice date. ii. Period of performance covered by invoice. iii. Contract number and title. iv. Task/Delivery Order number and title (if applicable). v. Amount billed (by CLIN), current and cumulative. vi. Total ($) of billing. vii. Cumulative total billed for all contract work to date. viii. Name, title, phone number, and mailing address of person to be contacted in the event of a defective invoice.

38 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

If the contract includes allowances for travel, all invoices which include charges pertaining to travel expenses will catalog a breakdown of reimbursable expenses with the appropriate receipts to substantiate the travel expenses.

(1) Electronic authentication. See www.login.gov for instructions. Click on the following link for instructions on establishing a login.gov account: https://login.gov/help/. (2) To create a login.gov account, the user will need a valid email address and a working phone number. The user will create a password and then login.gov will reply with an email confirming the email address. (3) Agency POC’s will be responsible for communicating with vendor POC’s to initiate the Delphi eInvoicing account creation process. Vendor POC’s who will require access to the eInvoicing web-portal for invoice submission and payment tracking purposes will be required to provide their full name, valid email address, and current phone number to the agency POC to initiate the Delphi eInvoicing web-portal account. Vendor users and the agency POC will be notified via e-mail when the account is created. The vendor user will be provided detailed instructions for logging into their Delphi eInvoicing account. (4) Training on Delphi. To facilitate use of DELPHI, comprehensive user information is available at http://einvoice.esc.gov. (5) Account Management. Vendors are responsible to contact the Delphi Help Desk when their firm’s points of contacts will no longer be submitting invoices, so they can be removed from the system. Instructions for contacting the Delphi Help Desk can be found at http://einvoice.esc.gov

* NHTSA vendors will submit invoices to NHTSA electronically via the Delphi eInvoicing web-portal. To initiate this process, you are requested to provide NHTSA with the following information (company name, contract/task order number/purchase order [PO] number, and up to two Points of Contact [POC] full names and their email addresses) as shown on the table below.

NHTSA Primary Primary Secondary Secondary Company Primary Secondary Contract # / POC First POC Last POC First POC Last Name POC Email POC Email Task Order # Name Name Name Name

Email the above information to the following email address: [email protected]

Please note that the POCs you provide are the individuals you authorize to submit invoices to NHTSA on behalf of your company. Your POCs will then receive a welcome letter from Delphi eInvoicing processing center with instructions on creating a Login.gov user account. This account can then be used to access the eInvoicing web-portal.

39 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

G.2 Payment Due Date

All payments shall be subject to the submission and acceptance of a proper invoice in accordance with Section G.1.2. Invoices shall be submitted, upon delivery and acceptance of the final test report and other final test deliverables (e.g., film, data tape).

a. Payments under this contract will be due as follows:

(1) Contract payments shall be made on the 30th calendar day after receipt of a proper voucher/invoice in the designated billing office. In the event that an audit or other review of a specific voucher/invoice is required to ensure compliance with the terms and conditions of the contract, the designated payment office is not compelled to make payment by the due date specified.

(2) The final invoice payment by the designated payment office shall be the later of the following two events:

(a) The 30th day after the designated billing office has received a proper invoice from the Contractor.

(b) The 30th day after Government acceptance of supplies delivered or service performed by the Contractor. On a final invoice where the payment amount is subject to contract settlement actions, acceptance shall be deemed to have occurred on the effective date of the contract settlement.

b. The date of the check issued in payment or the date of payment by wire transfer through the Treasury Financial Communications System shall be considered to be the date payment is made.

c. The Final Test Report is rejected for failure to conform to the technical requirements of the contract, or for damage in transit, the payment due date shall be calculated from the date of new submission.

G.3 INTEREST ON OVERDUE PAYMENTS

a. The Prompt Payment Act, Public Law 97-177 (96 Stat. 85, 31 USC 1801), requires the payment to contractors of interest on overdue payments and improperly taken discounts, but only when they occur after delivery and acceptance, and if not subject to further contract settlement actions.

b. Determinations of interest due will be made in accordance with the provisions of the Prompt Payment Act and Office of Management and Budget Circular A-125.

40 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

NOTE: The final invoice is not subject to interest payment under the Prompt Payment Act. The Contracting Officer will process the final invoice as a routine part of the closeout process. When directed by the CO, the Contractor shall submit the final invoice to the designated billing office with a copy to the CO along with the final closeout documents.

G.4 GOVERNMENT PERSONNEL

G.4.1 Contracting Officer’s Representative (COR)

a. The performance of the work required under the contract shall be subject to the technical review of the NHTSA COR.

The following individual has been designated as the NHTSA COR:

Office of Rulemaking/NCAP, NRM-110 ATTN: TBD 1200 New Jersey Ave., SE, Room W43-XXX Washington, D.C. 20590 Phone: 202-493-XXXX Email: [email protected]

b. The Contracting Officer will designate a representative to assist in monitoring the work under the resultant contract. The COR serves as the technical liaison with the Contractor. The COR is not authorized to change the scope of work or specifications as stated in the contract, to make any commitments or otherwise obligate the Government, or to authorize any changes which affect the contract price, delivery schedule, period of performance or other terms or conditions.

c. In the event any technical direction offered by the COR is interpreted by the Contractor to be outside of this contract, the Contractor shall not implement such direction, but shall notify the Contracting Officer in writing of such interpretation within five (5) calendar days after the Contractor’s receipt of such direction. Such notice shall include (1) the reasons upon which the Contractor bases its belief that the technical direction falls within the purview of the “Changes” clause, and (2) the Contractor’s draft revisions to the terms of the contract that it thinks are necessary to implement the technical direction.

d. The Contracting Officer is the only individual who can legally commit or obligate the Government for the expenditure of public funds. The technical administration of the resultant contract shall not be construed to authorize the revision of the terms and conditions of this contract. Any such revision shall be authorized only in writing by the Contracting Officer.

41 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

G.4.2 Alternate COR (ACOR)

In the event that the NHTSA COR of record (identified in G.4.1.) is unavailable for a period of time during which the Contractor requires technical guidance or during which other COR duties must be fulfilled, then the person identified below has been designated by the NHTSA Contracting Officer to perform those duties as the ACOR.

DOT/National Highway Traffic Safety Administration Office of Rulemaking/NCAP, NRM-110 ATTN: TBD 1200 New Jersey Ave., SE, Room W43-XXX Washington, D.C. 20590 Phone: 202-XXX-XXX Email: TBD

G.5 CONTRACTOR PERSONNEL

G.5.1 Project Manager

a. The Contractor shall appoint a Project Manager who will be the Contractor's authorized supervisor for technical and administrative work performed under the resultant contract. The Project Manager shall act as the single point of contact between the Contractor and the NHTSA COR or other duly authorized Government representative under the contract.

b. The Project Manager shall receive and execute, on behalf of the Contractor, any technical assignment directives the COR or his/her duly authorized representative may issue within the terms and conditions of the contract.

TBD (Provide Project Manager Name, Position, Email and Telephone # with Technical Proposal)

G.5.2 1252.237-73 Key Personnel (APR 2005)

a. The personnel specified below are considered essential to the work being performed under this contract and may, with the consent of the contracting parties, be changed from time to time during the course of the contract by adding or deleting personnel, as appropriate.

b. Before removing, replacing, or diverting any of the specified individuals, the Contractor shall notify the contracting officer, in writing, before the change becomes effective. The Contractor shall submit information to support the proposed action to enable the contracting officer to evaluate the potential impact of the change on the

42 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

contract. The Contractor shall not remove or replace personnel under this contract until the Contracting Officer approves the change.

a. The Key Personnel under this Contract are:

TBD (Provide the Key Personnel in the Technical Proposal and Include the Contact Information)

G.6 ORDERING VIA DELIVERY ORDERS

a. NHTSA will order testing services and associated test items (as applicable) by issuance of Delivery Orders. b. Each Delivery Order will specify the type of test(s) being ordered, the quantity needed, and the desired delivery date. c. At the discretion of the Contracting Officer, as described in FAR 16.505(b)(1)(ii), streamlined procedures may be used if the order does not exceed the simplified acquisition threshold. d. All Delivery Orders are subject to the terms and conditions of this contract. In the event of conflict between a Delivery Order and this contract, the contract shall take precedence, in accordance with FAR 52.216-18 Ordering (OCT 1995). e. The Contractor shall be obligated to provide all tests and deliverables requested under all awarded delivery orders. f. The Contractor shall contact the Contracting Officer within three (3) days of receipt of the order if any exceptions to the terms of the proposed delivery order are desired. g. In the case of a multiple award IDIQ Contract, award(s) will be made to the Contractor(s) who, at the time of the order, represent(s) the lowest price, has/have a good record of past performance, and can meet the Government's delivery schedule and lead time. h. Delivery Orders may be sent to multiple Contractors, based on the needs of the Government.

G.7 AGENCY DELIVERY/TASK ORDER OMBUDSMAN

In accordance with FAR Clause 52.216-32, the Agency Delivery/Task Order Ombudsman is:

Anne Collins, NAD-010 1200 New Jersey Ave, SE, Room: W51-302 Washington, DC 20590 Telephone: 202-493- 366-0013 Email: [email protected]

(End of Section G)

43 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

SECTION H – SPECIAL CONTRACT REQUIREMENTS

H.1 GOVERNMENT FURNISHED PROPERTY (GFP) AND CONTRACTOR ACQUIRED PROPERTY (CAP)

a. Government Furnished Property (GFP) means property owned or acquired by the Government and subsequently provided to a Contractor for use in the performance of a Contract.

b. Government Furnished Property shall be maintained, utilized, controlled, distributed, and disposed in accordance with Federal Acquisition Regulation (FAR) Part 45, Transportation Acquisition Regulation (TAR) Part 1245, and the Government Property clause of this Contract.

c. In accordance with FAR 52.245-1, Government property, evidence of receipt of GFP shall be provided to the Government immediately upon receipt. The document(s) evidencing receipt shall be sent to the following addresses:

One (1) copy of each of the document(s) evidencing receipt of the property shall be sent to the following addresses:

Department of Transportation National Highway Traffic Safety Administration The Office of Administrative and Management Services (NAD-100) 1200 New Jersey Avenue, SE. W53-427 Washington, D.C. 20590 Email: [email protected]

And

DOT, National Highway Traffic Safety Administration New Car Assessment Division, NRM-110 1200 New Jersey Ave., SE Washington, DC 20590 Attention: TBD

Note: Documents evidencing receipt shall show the value of the property.

d. In accordance with TAR 1252.245-70, the Contractor shall perform an annual property physical inventory to include GFP and shall report this GFP to the Government in accordance with TAR 1245.505-14, Reports of Government property.

44 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

H.2 SECURITY OF GOVERNMENT FURNISHED PROPERTY AND CONTRACTOR ACQUIRED PROPERTY

The Contractor shall provide appropriate security measures to protect GFP and CAP during the entire test program. Vehicle or equipment thefts or acts of vandalism must be reported to the COR immediately after becoming aware of any thefts or acts of vandalism. The Contractor also shall be held responsible for repair or replacement of any GFP or leased CAP that is damaged or missing. This repair or replacement requirement covers any damage that occurs during any portion of the required testing, including while the Contractor holds the GFP in storage or as part of test preparations prior to the start of testing. The Contractor agrees that the determination of whether to repair or replace damaged GFP or CAP is within the discretion of the COR.

The Contractor shall not be held responsible for damage that occurs as a result of reasonable wear and tear during testing, and while following all applicable test procedures. The Contractor agrees that the determination of whether the damage is the result of reasonable wear and tear during testing is within the discretion of the COR.

H.3 DISPOSITION OF GOVERNMENT FURNISHED PROPERTY AND CONTRACTOR ACQUIRED PROPERTY

After testing, and after release of the test vehicles by the COR, the Contractor will repair any modified, excessively worn, or damaged parts (including tires, if necessary) of the leased test vehicles. The vehicles will then be returned to the leasing source.

After completion of the CA test program and acceptance of all final deliverables, the Contractor shall make GFP available for disposition in accordance with instructions from the COR. The COR will notify the NHTSA Property Management Specialist that GFP requires transfer or disposal. The Property Management Specialist will coordinate transfer to the receiving party or disposal via the General Services Administration (GSA).

Department of Transportation National Highway Traffic Safety Administration The Office of Administrative and Management Services (NAD-100) 1200 New Jersey Avenue, SE. W53-427 Washington, D.C. 20590 Email: [email protected]

H.4 INTERPRETATION OF TEST PROCEDURES

Any conflict in the interpretation of the test procedures prescribed herein must be presented to the COR for discussion and resolution prior to conducting a test. Failure to agree shall be resolved in accordance with the Disputes Clause of the contract.

45 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

H.5 CONFIDENTIALITY OF INFORMATION

Neither the Contractor, nor any affiliate, subsidiary, consultant, subcontractor, or personnel thereof, shall divulge to any third party any information concerning deliverables produced, work performed, results obtained, or any information provided by the Government in connection with this contract without the prior written approval of the COR. The provisions of this clause shall survive the expiration of the contract.

H.6 NHTSA REVIEW OF ANNOUNCEMENTS OR PUBLISHING

Neither the Contractor, nor any affiliate, subsidiary, consultant, subcontractor, or personnel thereof, shall make public releases of information or any matter pertaining to this contract, including, but not limited to, advertising in any medium, or presentation before technical, scientific, or industry groups, without the prior written approval of the COR. The provisions of this clause shall survive the expiration of the contract.

H.7 PROPRIETARY RIGHTS IN DELIVERABLES

All proprietary rights, including publication rights, in any report produced by the Contractor in connection with the work provided for hereunder shall vest in the Government. The Contractor shall not publish any of the results of the work provided for herein without the prior written approval of the COR.

H.8 INFORMATION TECHNOLOGY (JUN 2009)

H.8.1 Security and Privacy Protections

All deliverables and services rendered under this contract/agreement must comply with Federal and DOT security and privacy protection policies and requirements. NHTSA reserves the right to monitor network activity apart from and independent of the services under the SOW and may require access and rights to install and operate Government-furnished monitoring equipment at any Contractor location operating NHTSA equipment or with access to NHTSA systems.

H.8.2 Acquisition of Information Technology

Any acquisition of information technology in support of this contract/agreement, including but not limited to hardware, software, and telecommunications, must be reviewed and approved by the Office of the Chief Information Officer prior to the acquisition. NHTSA reserves the right to require that existing Federal or Federally acquired resources be utilized in lieu of a proposed IT acquisition.

H.8.3 IPV6 Compliance

Any IT solution, including but not limited to hardware, software, firmware, and telecommunications, proposed to meet the requirements must support both IPv4 and IPv6, in accordance with the October 2005 DOT memorandum, “DOT’s Transition Planning for Internet Protocol Version 6” and OMB 46 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

Memorandum M-05-22, “Transition Planning for Internet Protocol Version 6 (IPv6),” dated August 2, 2005.

H.8.4 Protection of Information

Any IT solution, including but not limited to hardware, software, firmware, and telecommunications, and all IT services proposed to meet the requirements must comply with the requirements of OMB Memorandum M-06-16, “Protection of Sensitive Agency Information” and “DOT Information Technology and Information Assurance Policy Number 2006-22: Implementation of DOT’s Protection of Personally Identifiable Information (PII).”

H.8.5 FDCC Compliance

Any IT solution, including but not limited to hardware, software, firmware, and telecommunications, proposed to meet the requirements must be accessible and usable from desktops compliant with any Federally-required security configurations (Federal Desktop Core Configuration – FDCC).

H.8.6 HSPD-12 Compliance

Any IT solution, including but not limited to hardware, software, firmware, and telecommunications, proposed to meet the requirements must be compliant with Homeland Security Presidential Directive/HSPD-12, “Policy for a Common Identification Standard for Federal Employees and The contractor,” OMB Memorandum M-05-24, “Implementation of Homeland Security Presidential Directive 12,” OMB Memorandum M-06-18, “Acquisition of Products and Services for Implementation of HSPD-12,” and the HSPD-12 implementation at the Department of Transportation.

H.9 ETHICS AND STANDARDS OF CONDUCT (AUG 2013)

H.9.1 Disclosure of Conflicts of Interest (AUG 2013)

It is the National Highway Traffic Safety Administration's (NHTSA’s) policy not to allow companies to continue contract performance if their objectivity may be impaired because of any related past, present, or currently planned interest (financial or otherwise) in organizations regulated by NHTSA, or in organizations whose interests may be substantially affected by NHTSA activities. Based on this policy:

a. The Contractor shall disclose as soon as reasonably possible any conflict of interest with respect to this contract, making an immediate and full disclosure in writing to the Contracting Officer. The disclosure shall include a description of the action which the Contractor has taken, or proposes to take, to avoid or mitigate such conflict.

47 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

b. The Contracting Officer will review the disclosure and may require additional relevant information from the Contractor. If a conflict of interest is found to exist, the Contracting Officer may (a) terminate the award, or (b) determine that it is otherwise in the best interest of the Government to continue the contract performance and include appropriate provisions in the contract to mitigate or avoid such conflict.

c. Conflicts of interest that require disclosure include all past, present, or currently planned organizational, financial, contractual or other interest(s) with an organization regulated by NHTSA or with an organization whose interests may be substantially affected by NHTSA activities, and which is related to the contract. The interest(s) that require disclosure include those of any offeror, affiliate, proposed consultant, proposed subcontractor, and key personnel of any of the above. Past interest shall be limited to within one year of the date of contract award. Affected organizations shall include, but are not limited to, the insurance industry. Key personnel shall include any person owning more than a 20 percent interest in the Contractor, and the Contractor's corporate officers, its senior managers, and any employee who is responsible for making a decision or taking an action on this contract where the decision or action could have an economic or other impact on the interests of a regulated or affected organization.

H.9.2 Access to Sensitive Information

a. Work under this contract may involve access to sensitive information, which shall not be disclosed by the Contractor unless authorized by the contracting officer. To protect sensitive information, the Contractor shall provide training to any Contractor employee authorized access to sensitive information and, upon the request of the Government, provide information as to an individual’s suitability to have such authorization. Contractor employees found by the Government to be un-suitable or whose employment is deemed contrary to the public interest or inconsistent with the best interest of national security, may be prevented from performing work under the particular contract when requested by the contracting officer.

b. The Contractor shall ensure that Contractor employees are citizens of the United States of America or an alien who has been lawfully admitted for permanent residence or employment (indicated by immigration status) and have background investigations according to DOT Order 1630.2C, Personnel Security Management (see Section I.2 1252.237-70 Qualifications of contractor employees). The Contractor shall include the above requirements in any subcontract awarded involving access to Government facilities, sensitive information, and/or resources.

*Sensitive Information is proprietary data or other information that, if subject to unauthorized access, modification, loss, or misuse, could adversely affect national interest, conduct of Federal programs, or privacy of individuals specified in the Privacy Act, but has not been specifically authorized to be kept secret in the interest of national defense or foreign policy under an Executive Order or Act of Congress.

48 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

H.9.3 Contractor Identification Requirement

a. All Contractor personnel using DOT information technology and communications systems (including the DOT e-mail system), attending internal or external meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of Government employees, other Contractor personnel, or members of the public that they are Government officials, unless, in the judgment of the agency, no harm can come from failing to identify themselves. Among other things, Contractor personnel must include the following signature block in all e-mail communications, internal or external, and in all internal written documents.

Contractor Employee Name Contractor Employee Title Name of Contractor Include the following statement “On assignment to NHTSA.” For example: John Doe Project Manager ABC, Inc. On assignment at NHTSA

b. Contractor employees also must ensure that all documents or reports produced by the Contractor are suitably marked as Contractor products or that Contractor participation is appropriately disclosed.

c. Under no circumstances shall Contractor personnel sign letters or make other external communications on NHTSA letterhead, nor shall Contractor personnel use the NHTSA or DOT logos or seals in letterhead, business cards, correspondence, e-mails, reports, documents, or other communications.

H.10 SUBCONTRACTS

Subcontracting is not permitted under this contract with the exception of calibration services as required under this contract. Subcontracting of tests or any portion of a test is NOT permitted.

H.11 INVALID TESTS/RETESTS

a. Invalid Test Description: An invalid test is one that does not conform to all requirements/specifications of the respective NCAP test procedure and the contract applicable to that test.

49 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP) b. Invalid Test Notification: The Contractor shall notify NHTSA of any test not meeting all requirements/specifications of the respective NCAP test procedure and the contract applicable to that test, by telephone, within 24 hours of the test, and also follow up with written notice to both the Contracting Officer and the COR within 48 hours of the test completion. c. Re-test or Waiver of Re-test: The Contracting Officer will advise the Contractor if a re- test of an invalid test will be required, or if NHTSA will waive the requirement for a re- test. In the event a re-test is required, the actual re-test shall be performed at the Contactor's expense. The re-test shall be completed within two (2) weeks after receipt of notification by the Contracting Officer unless an alternative timeframe is approved or directed by the COR. NHTSA, in its sole discretion, reserves the right to waive the re-test requirement. d. Government- and Contractor-Furnished Test Items: The Contractor shall furnish, at its expense, all test items required for any re-test with the exception the test vehicle, if it’s still in the Contractor’s possession, and any GFP that has been previously provided by NHTSA. If the test vehicle is no longer in the Contractor’s possession, the Contractor shall temporarily furnish, at its expense, a matching test vehicle that is equipped identically to the original test vehicle. The Contractor shall retain the re-tested vehicle until the completion of any investigation that ensues due to the failure of the vehicle to meet performance requirements, or because of a test anomaly (expected not to exceed 180 days). If the re-tested test vehicle meets all performance requirements and no test anomalies occur, the Contractor may dispose (i.e., return to dealership, leasing company, etc.) of the vehicle upon notification by the COR. e. Deliverables: No test deliverables, with the exception of the Quicklook Report and Run Log, are required for any test that is determined to be invalid unless specifically requested by NHTSA. However, the test data from an invalid test must be safeguarded until the data from a re-test has been accepted by the COR. All required deliverables for the re-test shall meet the deliverables requirements specified in Section F. f. Default: The Contractor is subject to default and subsequent re-procurement costs for non-delivery of valid or conforming tests or re-tests. g. NHTSA's Rights: None of the requirements stated in this Section diminish or modify the rights of NHTSA to determine that any test submitted by the Contractor does not conform precisely to all requirements/specifications of the test procedure and the contract terms applicable to a test.

(End of Section H)

50 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

PART II – CONTRACT CLAUSES

SECTION I – CONTACT CLAUSES

I.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available. Also, the full text of a clause may be accessed electronically at the following web address: www.acquisition.gov/far.

The following Federal Acquisition Regulation (FAR) clauses are hereby incorporated by reference.

Clause Title (FAC Number/Effective Date: 2021-06 / 07/12/2021) Date No. 52.202-1 Definitions JUN 2020 52.203-3 Gratuites APR 1984 52.203-5 Covenant Against Contingent Fees MAY 2014 52.203-6 Restrictions on Subcontractor Sales to the Government JUN 2020 52.203-7 Anti-Kickback Procedures JUN 2020 Cancellation, Rescission, and Recovery of Funds for Illegal or 52.203-8 MAY 2014 Improper Activity 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity MAY 2014 52.203-12 Limitation on Payments to Influence Certain Federal Transactions JUN 2020 52.203-13 Contractor Code of Business Ethics and Conduct JUN 2020 Contractor Employee Whistleblower Rights and Requirement to 52.203-17 JUN 2020 Inform Employees of Whistleblower Rights Prohibition of Requiring Certain Internal Confidentiality 52.203-19 JAN 2017 Agreements or Statements Printed or Copied Double-Sided on Postconsumer Fiber Content MAY 2011 52.204-4 Paper Reporting Executive Compensation and First-Tier Subcontract 52.204-10 JUN 2020 Awards 52.204-13 System for Award Management Maintenance OCT 2018 Service Contract Reporting Requirements for Indefinite-Delivery 52.204-15 OCT 2016 Contracts 52.204-18 Commercial and Government Entity Code Maintenance AUG 2020 52.204-19 Incorporation by Reference of Representations and Certifications DEC 2014 52.204-21 Basic Safeguarding of Covered Contractor Information Systems JUN 2016 Prohibition on Contracting for Hardware, Software, and Services 52.204-23 Developed or Provided by Kaspersky Lab and Other Covered JUL 2018 Entities

51 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

Clause Title (FAC Number/Effective Date: 2021-06 / 07/12/2021) Date No. Prohibition on Contracting for Certain Telecommunications and 52.204-25 AUG 2020 Video Surveillance Services or Equipment Protecting the Government’s Interest When Subcontracting with 52.209-6 JUN 2020 Contractors Debarred, Suspended, or Proposed for Debarment Updates of Publicly Available Information Regarding 52.209-9 OCT 2018 Responsibility Matters 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015 52.215-2 Audit and Records—Negotiation JUN 2020 52.215-8 Order of Precedence—Uniform Contract Format OCT 1997 52.215-14 Integrity of Unit Prices JUN 2020 52.217-9 Option to Extend the Term of the Contract MAR 2020 52.219-8 Utilization of Small Business Concerns OCT 2018 52.219-9 Small Business Subcontracting Plan JUN 2020 52.219-28 Post-Award Small Business Program Representation MAR 2020 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition of Segregated Facilities APR 2015 52.222-26 Equal Opportunity SEP 2016 52.222-35 Equal Opportunity for Veterans JUN 2020 52.222-36 Equal Opportunity for Workers with Disabilities JUN 2020 52.222-37 Employment Reports on Veterans JUN 2020 Notification of Employee Rights Under the National Labor 52.222-40 DEC 2010 Relations Act 52.222-50 Combating Trafficking in Persons OCT 2020 52.222-54 Employment Eligibility Verification OCT 2015 52.223-6 Drug-Free Workplace MAY 2001 Encouraging Contractor Policies to Ban Text Messages While 52.223-18 JUN 2020 Driving 52.225-5 Trade Agreements OCT 2019 52.225-13 Restrictions on Certain Foreign Purchases FEB 2021 52.227-1 Authorization and Consent JUN 2020 Notice and Assistance Regarding Patent and Copyright 52.227-2 JUN 2020 Infringement 52.227-17 Rights in Data — Special Works DEC 2007 52.229-3 Federal, State, and Local Taxes FEB 2013 52.232-1 Payments APR 1984 52.232-8 Discounts for Prompt Payment FEB 2002 52.232-9 Limitation on Withholding Payments APR 1984 52.232-11 Extras APR 1984 52.232-17 Interest MAY 2014 52.232-23 Assignment of Claims MAY 2014

52 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

Clause Title (FAC Number/Effective Date: 2021-06 / 07/12/2021) Date No. 52.232-25 Prompt Payment JAN 2017 Payment by Electronic Funds Transfer – Central Contractor 52.232-33 OCT 2018 Registration 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-1 Disputes — Alternate I (DEC 1991) MAY 2014 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-3 Continuity of Services JAN 1991 52.242-13 Bankruptcy JUL 1995 52.243-1 Changes – Fixed Price —Alternate II (APR 1984) AUG 1987 52.245-1 Government Property JAN 2017 52.245-9 Use and Charges APR 2012 52.246-23 Limitation of Liability FEB 1997 52.246-25 Limitation of Liability—Services FEB 1997 52.248-1 Value Engineering JUN 2020 52-249-2 Termination for Convenience of the Government (Fixed Price) APR 2012 52-249-8 Default (Fixed Price Supply and Service) APR 1984 52.251-1 Government Supply Sources APR 2012

I.2 DEPARTMENT OF TRANSPORTATION (DOT) CLAUSES INCORPORATED BY REFERENCE

The resultant contract incorporates the following Transportation Acquisition Regulation (TAR) clauses by reference (as indicated by an "X"), with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available.

Clause No. Title Date 1252.223-73 Seat Belt Use Policies and Programs APR 2005 1252.237-70 Qualifications of Contract Employees APR 2005 1252.242-71 Contractor Testimony OCT 1994 1252.242-72 Dissemination of Contract Information OCT 1994 1252.245-70 Government Property Reports OCT 1994

I.3 FEDERAL ACQUISITION REGULATION (FAR) CLAUSES PROVIDED IN FULL TEXT

This Contract incorporates the following Federal Acquisition Regulation (FAR) clauses provided in full text.

53 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

I.3.1 52.204-1 APPROVAL OF CONTRACT (DEC 1989) This contract is subject to the written approval of the Director, National Highway Traffic Safety Administration, Office of Acquisition Management, and shall not be binding until so approved. (End of clause)

I.3.2 52.216.18 ORDERING (AUG 2020)

(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from TBD through TBD [insert dates]. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) A delivery order or task order is considered "issued" when— (1) If sent by mail (includes transmittal by U.S. mail or private delivery service), the Government deposits the order in the mail; (2) If sent by fax, the Government transmits the order to the Contractor's fax number; or (3) If sent electronically, the Government either— (i) Posts a copy of the delivery order or task order to a Government document access system, and notice is sent to the Contractor; or (ii) Distributes the delivery order or task order via email to the Contractor's email address. (d) Orders may be issued by methods other than those enumerated in this clause only if authorized in the contract. (End of clause)

I.3.3 FAR 52.216-19 ORDER LIMITATIONS (OCT 1995)

(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $200.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish those supplies or services under the contract.

(b) Maximum order. The Contractor is not obligated to honor (1) Any order for a single item in excess of $500,000; (2) Any order for a combination of items in excess of $750,000; (3) A series of orders from the same ordering office within thirty (30) days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section.

(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum order limitations in paragraph (b) of this section.

54 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

(d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within three (3) days after issuance, with written notice stating the Contractor's intent not to ship or deliver upon the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause)

I.3.4 52.216-22 INDEFINITE QUANTITY (OCT 1995) a. This is an indefinite-quantity contract for the supplies or services specified and is effective for the period stated in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. b. Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the “maximum.” The Government shall order at least the quantity of supplies or services designated in the Schedule as the “minimum.” c. Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. d. Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor’s and Government’s rights and obligations with respect to that order to the same extent as if the order were completed during the contract’s effective period; provided, that the Contractor shall not be required to make any deliveries after twelve (12) months of the expiration of the contract.

(End of clause)

(End of Section I)

55 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

PART III – LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS

SECTION J – LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS

NO. TITLE J.1 Forward Collision Warning System Confirmation Test (February 2013) J.2 Lane Departure Warning System Confirmation Test and Lane Keeping Support Performance Documentation (February 2013) J.3 Crash Imminent Brake System Performance Evaluation (October 2015) J.4 Dynamic Brake Support Performance Evaluation Confirmation Test October 2015) J.5 Pedestrian Automatic Emergency Brake System Confirmation Test (Working Draft) (September 2019) J.6 Blind Spot Detection System Confirmation Test (Working Draft) (May 2020) J.7 Blind Spot Intervention System Confirmation Test (Working Draft) (August 2020) J.8 Rear Automatic Braking Feature Confirmation Test – Draft Test Procedure Assessment (July 2019) J.9 Lower Beam Headlighting System Visibility Confirmation Test (December 2015) J.10 Semiautomatic Headlamp Beam Switching Device Confirmation Test (Working Draft) (December 2015) J.11 Amber Rear Turn Signal Lamps Confirmation Test (Working Draft) (December 2015) J.12 Lane Keeping Support System Confirmation Test (Working Draft) (August 2021) J.13 Past Performance Questionnaire J.14 Standard Form LLL, Disclosure of Lobbying Activities J.15 Price Schedule

(End of Section J)

56 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

PART IV – REPRESENTATION AND INSRUCTIONS

SECTION K – REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS

K.1 REPRESENTATIONS AND CERTIFICATIONS (The Offeror’s representation and certifications must be executed by an individual authorized to bind the Offeror):

The Offeror makes the following Section K Representations and Certifications as part of its proposal (complete all appropriate information as identified in Section K).

(Name of Offeror) (RFP Number)

(Signature of Authorized Individual) (Date)

(Typed Name of Authorized Individual)

K.2 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2020)

Annual Representations and Certifications (MAR 2020)

(a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 541380. (2) The small business size standard is 16.5 million. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b) (1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (d) of this provision applies. (2) If the provision at 52.204-7, System for Award Management, is not included in this solicitation, and the Offeror has an active registration in the System for Award Management (SAM), the Offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The Offeror shall indicate which option applies by checking one of the following boxes: (i) □ Paragraph (d) applies. (ii) □ Paragraph (d) does not apply and the offeror has completed the individual representations and certifications in the solicitation. (c)

57 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

(1) The following representations or certifications in SAM are applicable to this solicitation as indicated: (i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless– (A) The acquisition is to be made under the simplified acquisition procedures in part 13; (B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or (C) The solicitation is for utility services for which rates are set by law or regulation. (ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000. (iii) 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. This provision applies to all solicitations. (iv) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the provision at 52.204-7, System for Award Management. (v) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that- (A) Are not set aside for small business concerns; (B) Exceed the simplified acquisition threshold; and (C) Are for contracts that will be performed in the United States or its outlying areas. (vi) 52.204-26, Covered Telecommunications Equipment or Services-Representation. This provision applies to all solicitations. (vii) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations- Representation. (viii) 52.209-5, Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold. (ix) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. This provision applies to all solicitations. (x) 52.214-14, Place of Performance-Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government. (xi) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government. (xii) 52.219-1, Small Business Program Representations (Basic, Alternates I, and II). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas. (A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard. (B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard. (C) The provision with its Alternate II applies to solicitations that will result in a multiple-award contract with more than one NAICS code assigned. (xiii) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas. (xiv) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity.

58 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

(xv) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity. (xvi) 52.222-38, Compliance with Veterans’ Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items. (xvii) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA–designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (xviii) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA–designated items. (xix) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals- Representation. This provision applies to solicitations that include the clause at 52.204-7.) (xx) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at 52.225-1. (xxi) 52.225-4, Buy American-Free Trade Agreements-Israeli Trade Act Certificate. (Basic, Alternates I, II, and III.) This provision applies to solicitations containing the clause at 52.225-3. (A) If the acquisition value is less than $25,000, the basic provision applies. (B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies. (C) If the acquisition value is $50,000 or more but is less than $83,099, the provision with its Alternate II applies. (D) If the acquisition value is $83,099 or more but is less than $100,000, the provision with its Alternate III applies. (xxii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5. (xxiii) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan- Certification. This provision applies to all solicitations. (xxiv) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. This provision applies to all solicitations. (xxv) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions. (2) The following representations or certifications are applicable as indicated by the Contracting Officer: [Contracting Officer check as appropriate.] __ (i) 52.204-17, Ownership or Control of Offeror. __ (ii) 52.204-20, Predecessor of Offeror. __ (iii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products. __ (iv) 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment- Certification. __ (v) 52.222-52, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification.

59 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

__ (vi) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA–Designated Products (Alternate I only). __ (vii) 52.227-6, Royalty Information. ____ (A) Basic. ____ (B) Alternate I. __ (viii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software. (d) The offeror has completed the annual representations and certifications electronically in SAM website accessed through https://www.sam.gov. After reviewing the SAM information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.

FAR Clause Title Date Change

Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA

K.3 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018)

(a) Definitions. As used in this provision— “Administrative proceeding” means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. “Federal contracts and grants with total value greater than $10,000,000” means— (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite- delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple- award Schedules). “Principal” means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [ ] has [ ] does not have current active Federal contracts and grants with total value greater than $10,000,000.

60 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

(c) If the offeror checked “has” in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in— (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management database via https://www.acquisition.gov (see 52.204-7).

(End of provision)

K.4 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (OCT 2020)

The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it "does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument" in paragraph (c)(1) in the provision at 52.204-26, Covered Telecommunications Equipment or Services—Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it "does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services" in paragraph (c)(2) of the provision at 52.204-26, or in paragraph (v)(2)(ii) of the provision at 52.212-3. (a) Definitions. As used in this provision— Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition.

61 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

(1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to— (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to— (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for "covered telecommunications equipment or services". (d) Representation. The Offeror represents that— (1) It □ will, □ will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds "will" in paragraph (d)(1) of this section; and (2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that— It □ does, □ does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds "does" in paragraph (d)(2) of this section. (e) Disclosures. (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded "will" in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment—

62 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

(A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (ii) For covered services— (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B) If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded "does" in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment— (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (ii) For covered services— (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B) If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (End of provision)

63 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

K.5 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020)

(a) Definitions. As used in this provision, "covered telecommunications equipment or services" and "reasonable inquiry" have the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for "covered telecommunications equipment or services". (c) (1) Representation. The Offeror represents that it □ does, □ does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument. (2) After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it □ does, □ does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services. (End of provision)

(End of Section K)

64 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

SECTION L – INSTRUCTIONS, CONDITIONS AND NOTIFICATIONS TO OFFERORS

L.1 FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available. The Offeror is cautioned that the listed provisions may include blocks that must be completed by the Offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the Offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a clause may be accessed electronically at the following web address: www.acquisition.gov/far.

The following Provisions are incorporated by reference.

CLAUSE TITLE DATE 52.204-7 System for Award Management OCT 2018 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.215-1 Instructions to Offerors - Competitive Acquisition JAN 2017 52.215-16 Facilities Capital Cost of Money JUN 2003 52.216-27 Single or Multiple Awards OCT 1995

L.2 FAR 52.216-1 TYPE OF CONTRACT (APR 1984)

The Government contemplates multiple awards of an Indefinite Delivery Indefinite Quantity (IDIQ) firm-fixed price contract resulting from this solicitation.

L.3 FAR 52.233-2 SERVICE OF PROTEST (SEPT 2006)

(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from:

Mr. Ross S. Jeffries Director, Office of Acquisition Management Office of Acquisition Management, NFO-320 US DOT/ National Highway Traffic Safety Administration 1200 New Jersey Avenue, SE, W51-306 Washington, DC 20590

(b) The copy of any protest shall be received in the office designated above within one (1) day of filing a protest with the GAO. 65 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

L.4 DEMONSTRATION TESTS

NHTSA may require the Offeror to conduct demonstration tests for any of the tests specified in this solicitation at the Offeror’s expense using the same facilities, techniques, and personnel that the Offeror will use in the performance of the contract. The Offeror shall perform the demonstration test(s) and provide all test equipment and test items, at no cost to NHTSA. The Offeror’s test and related facilities shall be fully operational with all necessary equipment, at time of offer submission, in order to conduct demonstration tests. Demonstration tests are to be conducted within ten (10) days of receipt of the contracting officer’s directions to proceed with the tests. In lieu of demonstration tests, the Contracting Officer may request a site inspection visit where the contractor must describe its process for meeting NCAP testing procedures.

L.5 GENERAL INFORMATION

(a) Small Business Set-Aside (1) This requirement is is not a 100 percent small business set-aside. (2) For the purpose of this solicitation, the small business size standard is $16.5 million. (3) The North American Industry Classification System (NAICS Code is 541380.

(b) Pre-Proposal Conference A pre-proposal conference is not contemplated.

(c) Pre-Award Survey The Government reserves the right to conduct a pre-award survey or to require other evidence of technical, managerial, financial, and similar abilities to perform the work described in this solicitation prior to the award of a contract.

(d) Incurrence of Cost The Contracting Officer is the only individual who can legally commit or obligate the Government to the expenditure of public funds. No costs chargeable to the proposed contract can be incurred before receipt of a fully executed contract or specific written authorization from the Contracting Officer.

L.6 INSTRUCTIONS FOR TECHNICAL AND COSTS PROPOSALS

a. The Technical Proposal shall be limited to no more than thirty (30) pages. Resumes do not count against the thirty (30) page limit. A separate Cost/Price Proposal shall detail costs, the Schedule, and the personnel available for this Solicitation. The Technical Proposal shall be submitted in PDF, Microsoft Word, Microsoft EXCEL, or a combination of these formats. The Technical Proposal must be separated from the Cost/Price Proposal. No cost or pricing information shall be included or referenced in the Technical Proposal. Offerors shall identify the authors of their proposals and specify those sections for which the writers had major responsibility.

66 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

b. As an addendum to your Technical Proposal, include staff biographies or resumes. This information will not count against the thirty (30) page limit. Staff resumes, or biographies shall be no more than two (2) pages in length for each person, and if academic papers are cited, the citations may not exceed more than one (1) additional page. With the staff biographies or resumes, please include a statement of what percentage of the staff member’s professional effort will be dedicated to other projects through the term of this contract. c. All signed proposals are due to David Larson, Contract Specialist, no later than 2:00 P.M. ET September 8, 2021. It is preferred that Offerors submit their proposal via e-mail to: [email protected] and [email protected] referencing solicitation No. 693JJ921R000073 NHTSA cannot receive email messages containing a ZIP attachment. The file will be removed, as all ZIP files are blocked. Other file types (e.g. Word, PowerPoint, PDF, etc.) can be received.

(Please include the RFP number (693JJ921R000073) and closing date on the forwarding proposal package)

d. Questions: All questions concerning the RFP shall be submitted electronically to the attention of David Larson, Contract Specialist, via email at [email protected] and [email protected] no later than 2:00 P.M. ET on August 17, 2021. Offerors shall include RFP Number 693JJ921R000073 in the subject line.

For responses to questions to be conveyed in a timely manner, no telephone requests will be accepted. Questions and responses will be posted on website https://sam.gov/ under the 693JJ921R000073, entitled, “Questions and Reponses”

Offerors shall submit questions in the form of an electronic file attachment in Microsoft Word format (compatible with version 2016) and shall include at a minimum, company name, address, point of contact, phone number and a reference point for where the question originated.

For example: SOW Section C.2.2, “entitled…” Question: (State the Question)

2. Offerors shall acknowledge receipt of all amendments, if any, to the Solicitation. Accordingly, Offerors should observe Block 14 of the Standard Form 33, Offer of Award, for guidance on this requirement.

Amendment or Cancellation of Solicitation: NHTSA reserves the right to amend or cancel this solicitation as necessary to meet NHTSA requirements.

Communication: Until a formal notice of award is issued, no communication by the Government either written or oral shall be interpreted as a promise that an award will be made.

67 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

L.7 PROPOSAL SUBMISSIONS

Summary of required documents:

Proposals shall be sent in Microsoft Word, Excel, or PDF format. Due to security constraints, delivery of documents via USPS is often delayed. Therefore, CD-ROMs should be sent via Federal Express or other commercial express shipment. The following items shall be included in the proposal:

(a) Standard Form 33 – One (1) completed copy (with original signatures) must be completed and submitted as part of your proposal.

(b) Section K “Representations, Certifications, and Other Statements of Offerors” – One (1) completed copy (with original signature) must be submitted with your proposal.

(c) Technical Proposal –The Technical Proposal must be separate from the Cost/Price Proposal. The Technical Proposal shall not contain any cost or pricing information.

(d) Cost/Price Proposal – Please submit all price schedules (See Section B.4 and Sections M.5.1 through M.5.7) using Excel Format, attachments J.15 and J.16. The Cost/Price Proposal must be presented separate from the Technical Proposal.

(e) Ethics and Standard of Conflicts – One (1) “disclosure of conflict of interest” statement submitted in accordance with Section H.

(f) Waiver of Price Evaluation Adjustments/Preferences – If, in Section K, (FAR provision 52.219-1), the Offeror has represented itself as a Small Disadvantaged Business Concern and/or a HUBZone Small Business Concern or a joint venture that complies with the requirements of 13 CFR Part 126 and the Offeror elects to waive the evaluation adjustment provided by this solicitation’s Paragraph I.1 (FAR 52.219-4), the Offeror must indicate so in its Cost/Price Proposal.

(g) Standard Form LLL, Disclosure of Lobbying Activities.

L.8 VOLUME 1 - TECHNICAL PROPOSAL INSTRUCTIONS

The Technical Proposal shall consist of the following major sections: (a) Table of Contents; (b) Technical Plan, Quality Assurance (QA) Management Plan, and Test Procedures; (c) Facilities and Equipment; (d) Organization and Personnel Qualifications; and (e) Past Performance (Test Scheduling) and Prior Experience (Testing). Offerors shall identify the authors of their proposals and specify those sections for which the writers had major responsibility. Failure to provide all submissions as required under this section may result in an overall rating of “technically unacceptable” for the Technical Proposal.

68 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

1. Table of Contents

The Table of Contents shall provide the reader with a means to easily identify major points of discussion. The Offeror shall not deviate from any major headings indicated in this section. The evaluators will use only the information supplied under each heading to evaluate each factor. Some exceptions will be allowed for referenced material found in properly identified appendices, figures, charts, photographs, or schematics.

2. Technical Plan, Quality Assurance (QA) Management Plan, and Test Procedures (Evaluation Factor M.2.1)

The Offeror shall submit a Technical Plan (Item 1 in the table provided below in this section) that describes how it intends to meet all contractual requirements. The plan shall include an overview of the Offeror’s approach to conduct this test program in accordance with the requirements of NCAP’s LDW & LKS, FCW, CIB, DBS, BSW, BSI, and PAEB test procedures, and provide additional details that describe how the Offeror intends to carry out the planning, implementation, and procedural steps necessary for the NCAP CA test program. The plan also shall explain how the Offeror will meet test schedule requirements, including conducting testing and submitting all required data and reports within the specified timeframes.

The Offeror shall also include a copy of its Quality Assurance (QA) Management Plan certification (or a copy of its QA Management Plan if not certified by an independent organization) and related information in this section, as identified in Items 2 through 11 in the table provided below. For Offerors lacking certification from an independent organization, submitting just a description or summary of the plan is considered not responsive and the Offeror will not be evaluated. The QA Management Plan attachment does not count against the Technical Proposal page limit.

A QA Management Plan documents how an organization will plan, implement, and assess the effectiveness of its quality assurance and quality control operations. Specifically, it describes how an organization structures itself and its programs to ensure quality, including the policies and procedures used, its application to areas and programs covered, and the roles, responsibilities, and authorities of the individuals involved in its operation. The elements of quality assurance and control are also documented in a comprehensive QA Management Plan.

The Offeror shall include, as a separate attachment to the Technical Proposal, supporting documentation such as in-house test procedures, check lists, and data recording sheets that show, in detail, how the individual tests will be performed, and data collection requirements will be met under this effort (Item 12 in the table provided below). The in-house test procedures, check lists, and data recording sheets attachment does not count against the Technical Proposal page limit.

Technical Plan, Quality Assurance (QA) Management Plan, and Test Procedures Item Required Proposal Submission Provide a Technical Plan for meeting all contractual requirements and conducting a full 1 NCAP CA test program in accordance with the requirements of all attached NCAP CA

69 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

Technical Plan, Quality Assurance (QA) Management Plan, and Test Procedures Item Required Proposal Submission test procedures. The plan also shall include the information indicated in the first paragraph above. If the QA Management Plan meets standards developed by an independent organization, enclose a copy of the certification (e.g., ISO 9001:2000 (or later) certification, ISO/IEC 17025:1999 (or later) certification, or the applicable certification from the American Association for Laboratory Accreditation (A2LA)). If the QA Management Plan does 2 not meet standards developed by an independent organization, the Offeror shall enclose a copy of its QA Management Plan. Do NOT paraphrase or describe the plan. Simply enclose the plan. The plan must be a separate document not written specifically for this proposal. 3 Provide the date the QA Management Plan or certification was instituted. Provide the latest renewal date (if applicable) and evidence that the QA Management 4 Plan is currently active. Provide the name(s) and title(s) of the QA Management Plan’s authorizing official(s) in 5 the company. Enclose a copy of the company’s most recent organizational chart that identifies the QA Management plan’s function, and those individual(s) designated as QA manager(s) or persons responsible for enforcing the QA Management Plan. The summary should include a description of his/her position, background, experience, training, and function 6 in the organization, and a definition of responsibilities and his/her authority. Discuss whether this employee(s) is independent and will be reviewing each test, and if not, why not. (Independent means not accountable for test performance and does not report directly to those responsible for performing the test and producing the test report, but still serves as a check on the quality of the work being performed.) Explain how the QA Management plan addresses the prevention and detection of mistakes, errors, and discrepancies of all kinds, and how it avoids and/or corrects 7 problems with the test execution, data, and deliverable documentation. The Offeror shall provide evidence that these QA Management Plan procedures are in use (e.g., a recent, completed corrective action form). Explain how the QA Management Plan monitors the calibration of instruments/equipment and assures calibration schedules are met, and provide evidence 8 (e.g., samples of current instrumenting/equipment calibration tracking data or completed forms). Explain how the QA Management Plan ensures that all applicable test procedures and 9 test schedule requirements will be met. 10 Explain how the QA Management Plan certifies the quality of final test reports.

70 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

Technical Plan, Quality Assurance (QA) Management Plan, and Test Procedures Item Required Proposal Submission Provide a description of any QA Management Plan training programs available to personnel. Specifically, explain the training and monitoring performed to ensure test 11 personnel know the applicable test procedures and requirements, and provide evidence to show that training is documented, and the training program(s) are in use and regularly updated (e.g., samples of current training tracking data or completed training forms). Attach in-house test procedures, check lists, and data recording sheets that show how 12 tests will be performed and documented in accordance with all requirements of the NCAP LDW & LKS, FCW, CIB, DBS, BSW, BSI, and PAEB test procedures.

3. Facilities and Equipment (Evaluation Factor M.2.2)

The Offeror shall have fully operational test and related facilities with all necessary equipment (as identified in the following table) capable of meeting all testing requirements for NCAP’s LDW & LKS, FCW, CIB, DBS, BSW, BSI, and PAEB test procedures and all equipment calibrations). As part of the proposal, the Offeror shall provide the submissions identified in the table on the following pages. All submissions shall be representative of the facility and/or equipment in its current condition.

Note: To be eligible for technical evaluation, Offerors must have all facilities and equipment located in the Continental United States of America. Testing shall not be conducted on public roads. NHTSA purchases/leases vehicles only from automotive dealers located in the Continental United States of America and will only consider a Contractor that uses a test facility that is able to receive ground transportation of vehicles. Furthermore, the test and related facilities shall be in close proximity to each other (i.e., located at the same address or at a location within 150 miles) and shall be fully functional at the start of contract award.

Item Required Facility or Equipment Required Proposal Submission Description and photograph(s) showing internal and external overall views of the facility.

1 Crash avoidance test facility. Overall dimensions/layout of the facility.

Proof of testing environment that is conducive to year-round testing. Location, description, and photograph(s) of the preparation Enclosed building where test vehicles will be housed during building/area. Dimensions/layout 2 pre-test preparation. of this area to show it can accommodate vehicles up to 10,000 lbs GVWR.

71 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

Item Required Facility or Equipment Required Proposal Submission Test track that is/has: A. Free of obstructions, overhead signs, bridges, and other significant structures over, or near, the testing site, and any other objects that will interfere with test conduct as outlined in the test procedures. B. Straight and flat, with a consistent slope between level Location, description, and and one percent grade, and is, at minimum, 2,000 feet photograph(s) of the entire test long and 48 feet wide. Must be able to accommodate a track area. Also, dimensions/layout minimum of three (3) adjacent, straight lanes of travel, of these areas. and shoulders. 3 C. Constructed from asphalt or concrete and is free of 1) Written documentation, to include irregularities, undulations, and/or cracks, and 2) specifications, as appropriate, for excessive tire skid marks, pavement seam sealer, Items A through D and description and/or other high-contrast surface markings. of how Item D will be determined. D. A road test surface has a peak friction coefficient (PFC) of at least 0.9 when measured using an American Society for Testing and Materials E1136 standard reference test tire, in accordance with ASTM Method E 1337-90, at a speed of 64.4 km/h (40 mph), without water delivery. Equipment to put down and remove various line markings (noted below) to delineate lanes spaced 12 to 14 ft (3.7 to 4.3 m) apart when measured from inside edge to inside edge that meet Federal Highway Administration specifications, as described in the Manual on Uniform Traffic Control Devices (MUTCD). The following types of lane markings are required: • Discontinuous dashed white • Discontinuous dashed yellow • Solid white 4 • Raised Pavement Markers following 2006 California Description and photograph(s). Standard Plan A20A, Detail 4 (square Type D yellow reflectors and the circular yellow Type AY discs).

Lane line marker color and reflectivity shall meet the International Commission of Illumination (CIE) standards for color and the ASTM International standards for lane marker reflectance. Methods for determining lane marker characteristics are included in the Road Departure Crash Warning Systems (RDCWS) Field Operational Test (FOT) by the National Institute of Standards and Technology (NIST). Steel Trench Plate (STP) that is made from ASTM A36 steel 5 Documentation and photograph. and measures 8 ft x 12 ft x 1 in (2.4 m x 3.7 m x 25 mm).

72 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

Item Required Facility or Equipment Required Proposal Submission Principal Other Vehicles (POVs) as per the referenced test procedures: A. High-production mid-sized passenger car having the following characteristics: • Color: Unrestricted • Length: 175 to 197 in. (445 to 500 cm) • Width: 70 to 76 in (178 to 193 cm) measured at the widest part of the vehicle, exclusive of signal lamps, marker lamps, outside rearview , flexible fender extensions, and mud flaps, determined with doors and windows closed and the wheels in the straight-ahead position. B. Strikeable Surrogate Vehicle (SSV). C. Global Vehicle Target (GVT). D. Obstruction Vehicle 1 (to be positioned closest to the Photographic and written pedestrian path) with dimensions approximate to those documentation, to include 6 of a mid-size sedan (i.e., similar to the dimensions of a specifications, as appropriate, for 2010 ) and having the following Items A through E. characteristics: • Color: Dark-colored • Length: ≈4.77 m (15.6 ft) • Width: ≈1.80 m (5.90 ft) • Height: ≈1.44 m (4.72 ft) E. Obstruction Vehicle 2 (to be positioned behind Obstruction Vehicle 1) with dimensions representing a midsize sport utility vehicle (i.e., similar to the dimensions of a 2003 Toyota 4Runner) and having the following characteristics: • Color: Dark-colored • Length: ≈4.72 m (15.4 ft) • Width: ≈1.85 m (6.0 ft) • Height: ≈1.67 m (5.47 ft) POV mobility system (towed or self-propelled) that supports the POV (e.g., platform) and: A. Accurately controls the nominal speed up to 45 mph (72.4 km/h). B. Accurately controls braking to within +/- 0.03 g of Photographs and specifications for required deceleration. the POV mobility system. 7 C. Accurately controls the lateral position to within +/- 1 ft (0.3 m) of the center of the travel lane. Detailed description of how the D. Allows the POV to move away from the SV after an system meets Items A through E. impact occurs without damage to the vehicles or platform. E. Can avoid confounding test outcomes and/or crash avoidance system misclassifications.

73 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

Item Required Facility or Equipment Required Proposal Submission Pedestrian Mannequin Targets that include the following 4activePS mannequins developed by 4Active Systems: Photographic documentation of 8 A. Static posable 50th percentile adult male Items A through C. B. Static posable 7-year-old child C. Articulating mannequin Pedestrian Test Target Motion Apparatus that can/has: A. Control the speed of the pedestrian test target. B. Control the position of the pedestrian test target. C. Accelerate the pedestrian test target to the test speed within the necessary distance. D. Trigger the motion of the pedestrian test target to Photographs and specifications for achieve the necessary contact point (overlap). the Pedestrian Test Target Motion E. Support the pedestrian test target until contact with the Apparatus. 9 SV F. Allow the pedestrian test target to move away from the Detailed description of how the SV after contact has occurred. apparatus meets Items A through G. G. Minimal radar-cross-section and minimal optical features (e.g. test vehicle PAEB system should not be activated (warn/brake) by the test target motion apparatus when operated without the pedestrian test target).

Programmable brake controller with capability to operate in one of two user-selectable closed-loop control modes: (1) brake Description, specifications, and 10 pedal displacement feedback (i.e., pedal travel), and (2) photographs. combined brake pedal displacement and application force feedback (i.e., “hybrid” application).

Programmable steering controller Description, specifications, and 11 photographs.

Description (including the accuracy Vehicle Weight Scales that allow simultaneous weight of the scales) and photograph(s) of measurement at four (4) individual wheels to an accuracy of the scales. 12 0.1% or better for vehicles having GVWR up to 10,000 lbs. Include the calibration schedule and date of last calibration. Portable tire pressure gage with an operating pressure of at Description (including the accuracy 13 least 700kPa (100 psi), graduated increments of 1.0 kPa (0.1 of the pressure gage) and psi) and an accuracy of at least + 2.0% of the applied pressure. photograph of the pressure gage. Four (4) “real time” color video cameras capable of recording Photograph. 14 at 24-30 frames per second and, at a minimum of 720p resolution. Specifications.

74 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

Item Required Facility or Equipment Required Proposal Submission Photograph. 15 One (1) digital still camera. Specifications. Global Positioning System (GPS) comprised of a base station and receivers, with post-processing software to measure GPS Photograph. position, velocity, etc. Hardware and software solution shall

provide position data (latitude and longitude) with at least 0.4 Specifications for all output units 16 in (1.0 cm) of static accuracy, 3.9 in (10 cm) dynamic (longitude, latitude, elevation, and accuracy, and update at a rate of at least 10 Hz. Use of a GPS time) and derived units, including system that is capable of real-time SV-to-POV headway data to accuracy for each. the SV driver is recommended (e.g., via a -mounted display). Data acquisitions systems (DAS) capable of recording up to 200 Hz, if required. The DAS shall be used to collect (depending on the test): driver alert status; time; GPS data; Sound digitized at longitudinal and lateral position; distance to lane center; 10 kHz, headway distance; closing velocity and range; roll, yaw, and pitch rates; roll, yaw, and pitch angles; longitudinal, lateral, and Accuracy is sufficient to meet or vertical acceleration; longitudinal and lateral velocity; brake exceed individual sensors 17 pedal application; and throttle position. Description and photograph(s) of Generally, analog data will be sampled at 100 Hz and GPS data the data acquisition system(s) to be will be collected at a minimum of 20 Hz. CAN data (as used for testing. permitted) will be sampled as it is transmitted by the vehicle. The Contractor must be capable meeting all signal conditioning and data process requirements in the accompanying test procedures. Sensors in the Recommended Sensor and Sensor Specification(s) Table. List of contractor-owned sensors 18 (Depending on the test procedure, a subset of the listed sensors including output, range, resolution, may be required, and more than one sensor of a given type may and accuracy. be required. Further details, including nominal equipment weight, are found in the accompanying test procedures.) Description(s) and photograph(s) of the area(s) that will be used to inspect, maintain, repair, and store any government furnished property Inspection, maintenance, and repair area and, covered vehicle (GFP), including the test vehicles. 19 storage area. Description of the security control measures in place for the GFP. Include written security procedures or standard operating procedures.

75 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

Recommended Sensor and Sensor Specification(s) Table

Type Output Range Resolution Accuracy Lateral and SV and POV lateral and 0.10 – 62 mph 0.10 mph (0.20 +/- 0.25% of full Longitudinal longitudinal speed (0.10-100 km/h) km/h) scale range Speed Sensors1 +/- 0.25% of full Rate Sensors1 SV and POV yaw rate +/- 100 deg/s 0.01 deg/s scale range SV and POV lateral and +/- 0.01% of full Accelerometers longitudinal acceleration +/- 2g 0.001g scale range Lateral Position in SV Lateral Position in respect to Various 0 – 6 ft Various respect to the road the road edge edge Lateral Velocity in SV Lateral Velocity with respect to Various 0 – 5 ft/s Various respect to the road the road edge edge 0-300 lbf 0.25 lbf +/- 0.08% of full Load Cell SV brake controller actuator force (0 – 1.3 kN) (1.1 N) scale SV brake controller actuator 0 - 8 in 3200 pulses per 0.04 in Rotary Encoder position (0 – 20.3 cm) inch (0.5 mm) SV brake pedal force (attached directly to brake pedal to measure 0-300 lbf 0.25 lbf +/- 0.08% of Load Cell the normal force applied by brake (0 – 1.3 kN) (1.1 N) full scale controller actuator) SV brake pedal position (installed at a location unaffected by the 0 - 8 in 0.001 in 0.01 in Position Sensor brake controller hardware or (0 – 20.3 cm) (0.03 mm) (0.4 mm) operation) SV throttle position and brake 0 - 100 percent Position Sensors 0.1 percent 0.1 percent pedal positions (normalized) SV brake pedal force (attached +/-0.05% of directly to brake pedal to measure 0 – 300 lbf 0.1 lbf Load Cell full scale the normal force applied by the (1.3 kN) (0.4 N) range driver) Contact Sensor SV brake pedal application On/Off NA NA Steering Wheel SV steering wheel angle ±360 degrees 1 degree 2 degrees Angle Sensor Steering Steering Wheel SV steering wheel SV steering wheel torque ±500 in. lbf Wheel Torque Torque Sensor torque Sensor Longitudinal and lateral position of 650 ft 2 in At least 3.9 in Various SV and POV (200 m) (5 cm) (10 cm) absolute Data Flag (Test Signal from sensor that initiates Output response 0 – 10V N/A Start) maneuver when driven over a better than 10 ms

76 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

Type Output Range Resolution Accuracy retro-reflective marker 0 – 10V Output response Data Flag SV crash avoidance signal to (CAN bus may N/A better than 10 ms (Driver Alert) alert driver not be used) 0 – 10V Signal from LKS system Supplemental Data (optional: could be Output response indicating if the LKS system is N/A Flag (LKS) a binary flag from better than 10 ms in operation CAN Bus) Supplemental Data Signal from a micro switch Output response Flag (Steering indicating when the driver has 0 – 10V N/A better than 10 ms Wheel Release) released the steering wheel Visual/audible vehicle Video Recorded instructions, notifications, and/or N/A At least 720p N/A Messages alerts presented to the driver Distance between POV or POV tow vehicle reference point SV-to-POV Static 2 in At least 3.9 in (typically the longitudinal center N/A Range (5 cm) (10 cm) absolute of gravity (CG)) and rear-most POV bumper position. Location of SV and POV or POV tow vehicle GPS antennas; SV, POV, and POV tow vehicle centerlines (where applicable); Vehicle front-most SV bumper position; 0.04 in 0.04 in Dimensional N/A and rear-most POV bumper (1 mm) (1 mm) Measurements position.

2-D polygon describing the vehicle Microphones, To measure onset time of sound, light sensors, Various Various Rise time <10 ms light, and vibration alerts accelerometers Brake lining temperature each 1200 oF +/- 10 oF Temperature 1 oF wheel. (649 oC) (5.6 oC) 1Differentially corrected GPS may be used to provide data to calculate vehicle speed and yaw rate in lieu of direct measurement provided the resulting accuracy is comparable.

4. Organization and Personnel Qualifications (Evaluation Factor M.2.3)

The Offeror shall submit the following in this section:

a. Organizational chart including all company functions and number of persons staffing each;

77 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

b. A list of personnel to be assigned to accomplish the work specified herein, including Top Level Management, Test Supervisor(s), Program Manager(s), Program Engineer(s), Photographer(s), Mechanical Technician(s), and Electrical/Instrumentation Technician(s). Use the following format to summarize their education and testing experience and include a resume for each individual as a separate attachment to the Technical Proposal. The resume attachments do not count against the Technical Proposal page limit.

Crash avoidance (CA) technologies test experience Availability (List the total number QA training of each of the eight Length of (List as a

Name Position Education CA tests covered employment at percentage, along (List course(s) under the SOW that company with primary and and dates.) the employee has secondary directly supported responsibilities.) and the overall date range covering that work.)

c. Identify the person, authority, position, and experience of the one person responsible for contact with NHTSA during the performance of work. It is very important that the person having primary responsibilities for this contract will be involved in day-to-day testing operations and should be readily available for technical discussion related to testing.

d. In general, the Offeror shall highlight the education, experience, QA training, and availability of the personnel identified in its proposal, including information on length of employment and experience with performing testing per the NCAP Crash Avoidance Test Procedures listed in Section J. Collectively, proposed personnel should have a solid understanding of test vehicle preparation, data acquisition and processing, data acquisition system troubleshooting, GPS operation, and still and high-speed photography. In addition, the Offeror shall have a strong understanding of the MUTCD, California Standard Plan A20A, CIE Standards for Color, ASTM International Standards for Lane Marker Reflectance, and the RDCWS FOT by NIST for Lane Marker Characteristics.

e. The Offeror shall include information on its approach to managing and mitigating the effects of staff turnover such that the ability to complete work is not impacted. The Offeror shall highlight any plans it has to use existing staff to fill multiple roles on a temporary basis to address staff absences/turnover.

78 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

5. Past Performance and Prior Experience (Evaluation Factor M.2.4)

a. Provide a description of test programs conducted within the last three (3) years that are similar to the work (NCAP CA test procedures) outlined in the Statement of Work.

b. Submit a sample final test report written for each type of NCAP CA test. If the Offeror does not have final report(s) for one or more of the NCAP CA tests, the Offeror may submit a test report for in-house demonstration tests or similar tests. Include the sample test reports as separate attachments to the Technical Proposal. The sample test report attachments do not count against the Technical Proposal page limit.

c. Submit samples of actual record keeping documents specified by the QA Management Plan that show examples of actual problems and corrections that were applied to avoid reoccurrence.

d. Submit samples of actual completed documentation showing examples of how the QA Management Plan monitors the calibration of instruments/equipment and assures calibration schedules are met.

e. Submit samples of actual completed documentation showing examples of how the QA Management Plan certifies the quality of test reports.

f. Submit samples of actual completed documentation used to train and monitor test knowledge to ensure test personnel know the applicable test procedures and requirements.

g. For the Offeror’s last three (3) testing programs, provide a list of the contractually required/scheduled start and completion dates compared to the actual start and completion dates for ALL deliverables required under the contract, including test execution and documentation. (This list should be comprised of specific testing programs and associated requirements; it should not simply be the start and end dates for the overall contract.) Use the format below, but modify as necessary, to reflect actual deliverable requirements.

[Test Program Title/Description] Required Scheduled Actual Test Required Report Actual Report Test Vehicle/Article Test Date Test Date Date Delivery Date Delivery Date Example: 2017 XYZ sedan 11/01/18 11/10/18 11/11/18 12/02/18 11/30/18

h. Provide a description of past scheduling problems and how they were remedied, including the causes for the problems and actions taken to prevent them from reoccurring in future test programs. Also, provide a description of improvements instituted to facilitate contract performance based on previous test experience, and an explanation of how these improvements have facilitated, or are expected to facilitate, contract performance.

79 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP) i. Provide information regarding any contracts that were terminated for default or convenience of the Government within the past three (3) years. The Offeror shall provide explanations of the circumstances in each case. If no contracts have been terminated for default or convenience, state so. j. Provide three (3) Past Performance Questionnaires that have been completed by customers of the Offeror (see section J, attachment J.13

1) The completed questionnaires must be submitted directly to the government by recent (within the last three (3) years) customers (commercial or Government) involving similar or related services.

2) The completed questionnaires shall be from independent sources.

3) Questionnaires shall be submitted via email from references to David Larson at NHTSA’s proposal receipt e-mail inbox at [email protected] and [email protected]. Questionnaires shall be received no later than the proposal due date.

4) The Government may contact the customer point of contact (POC) for verification. POC telephone and facsimile numbers must be accurate and current.

5) The government will consider such performance information along with other factors in determining whether the Offeror is considered responsible, as defined in FAR Subpart 9.1. The Offeror is responsible for ensuring the questionnaires are completed and submitted to NHTSA before the closing date for receipt of proposals.

L.9 VOLUMNE II: BUSINESS MANAGEMENT PROPOSAL INSTRUCTIONS

This volume shall be separate from Volume I, and shall contain all pricing information and certain general financial and organizational information as described below:

L.9.1 Offerors are instructed to prepare their Cost/Price Proposals in sufficient detail to permit thorough and complete evaluation by the Government. If other divisions, subsidiaries, parent, or affiliated companies are proposed to perform work or furnish materials, provide the name and location of such affiliates and intercompany pricing policy. Complete and attach Section B, Price Schedules Sections B.4.1 – B.4.5, with pricing information. Further, pricing data for evaluation purposes shall be provided by completing the Price Evaluation Worksheets contained in Sections M.5.1- M.5.7.

80 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

L.9.2 The Crash Avoidance Test (CLINs 00001 through 00021, 10001 through 10021, 20001 through 20021, 30001 through 30021, and 40001 and 40021) prices shall include the cost of the vehicle test and all other costs associated with testing (with exception of lease costs for either the vehicle target or test vehicle), including preparation and storage of test vehicles, cameras, filming, and preparing and submitting test reports, as specified in the NCAP CA Test Procedures (see Section J). In addition, the NCAP CA Test prices shall include any subsequent engineering analysis or investigation associated with testing anomalies that may be necessary to validate a test result.

L.9.3 Either the Government will provide test vehicles for NCAP testing, or the Offeror will be required to provide them. Before and after testing, the Contractor shall store test vehicles in its storage facility and take reasonable care of such vehicles at no additional cost for storage to the Government until receipt of disposition instructions from the COR. The vehicle test price shall include any cost for vehicle storage in accordance with this paragraph.

L.9.4 A fixed unit price shall be proposed for each Contract Line Item Number (CLIN) listed in each of the Prices Schedules. Proposed unit prices shall be rounded to the nearest dollar. Proposed Price Schedules shall be provided in MS Excel spreadsheets.

(End of Section L)

81 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

SECTION M – EVALUATION FACTORS FOR AWARD

M.1 EVALUATION, NEGOTIATIONS AND AWARD PROCESS:

M.1.1 Evaluation Process:

The evaluation process consists of two separate phases.

PHASE ONE - The Offeror’s Technical Proposal will be evaluated for technical merit according to the criteria set forth in M.2, EVALUATION FACTORS.

PHASE TWO - The Offeror’s proposed prices will be considered, as reflected in its Business Management Proposal and as described in Section M.4. Evaluated Price Calculation. The review of the Offeror’s prices will be made independently from the technical review. Prices of technically unacceptable proposals will not be evaluated.

M.1.2 Exchanges with Offerors:

The Government may conduct negotiations with those Offerors whose responsive and technically acceptable Technical Proposals, combined with their Price/Cost Proposals, place them in the competitive range. Negotiations will be conducted to the extent deemed necessary by the Government. HOWEVER, OFFERORS SHOULD BE CAUTIONED WHEN SUBMITTING PROPOSALS ON THE MOST FAVORABLE BASIS SINCE THE GOVERNMENT RESERVES THE RIGHT TO MAKE AN AWARD WITHOUT FURTHER NEGOTIATION OR DISCUSSION, IN ACCORDANCE WITH FAR 52.215-1, Instructions to Offerors – Competitive Acquisition.

M.1.3 Basis for Award:

The Evaluation Factors set forth in Section M.2 will be used in evaluating Technical Proposals. Further guidance on requirements and criteria is provided in Section L - Instructions, Conditions, and Notifications to Offerors. Technical considerations are more important than price. Prices will not be accorded any specific numerical rating. If there are no significant Technical Proposal differences, price may be the determining factor for source selection. For example, an Offeror whose price is high(er) may be accepted if technical considerations make the offer advantageous to the Government.

Proposals will be evaluated using the “Trade-off” method described in FAR Section 15.101-1. The Government will award a contract that represents the best value to the Government.

Note: The Offeror should not assume that the Contracting Officer will independently obtain information necessary to evaluate its proposal and should therefore supply all information required to evaluate its proposal. Failure to provide the information required in order to evaluate a proposal could result in rejection of the proposal as being “technically unacceptable”.

82 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

M.2 EVALUATION FACTORS

The following factors, which are considered equal in importance, will be used in evaluating proposals:

Factor M.2.1 – Technical Plan, Quality Assurance (QA) Management Plan, and Test Procedures. Factor M.2.2 – Facilities and Equipment. Factor M.2.3 – Organization and Personnel Qualifications. Factor M.2.4 – Past Performance and Prior Experience.

M.2.1 Technical Plan, Quality Assurance (QA) Management Plan, and Test Procedures (See L.8.2)

The Offeror will be evaluated on the completeness of its submissions and the following:

(a) Its overall understanding of the work required in this solicitation, as evidenced by its Technical Plan. This includes providing a sound technical strategy for meeting all contractual requirements and conducting this test program in accordance with the test procedures described herein. The Offeror presents a reasonable strategy for collecting all required test data, and meeting test schedule requirements, including conducting testing and submitting high-quality, error-free deliverables, within deliverable timeframes. (b) The existence of an active QA Management Plan or current certification of a QA Management Plan that meets standards developed by an independent organization. (c) The QA Management Plan is implemented on a company-wide basis and under the supervision/control of a senior manager. (d) The QA Management Plan identifies a QA employee whose role is to provide an independent check on the quality of work. (e) The QA Management Plan has an approach to improve quality by identifying, correcting, and avoiding problems in all aspects of testing, and the Offeror has provided evidence that the plan is in use in this regard. (f) The QA training provided to test personnel is thorough, with such training documented, in use, and regularly updated. (g) For Offerors lacking certification from an independent organization, and which are thus required to submit their QA Management Plan, the Plan must be complete, clear, and detailed. The plan shall cover the testing operations and in-house test procedures, and all factors important to testing, including acquiring or accepting test vehicles, test scheduling and tracking, test execution, instrument calibration, and overall test data collection and report quality. (h) The Offeror has provided evidence that the QA Management plan monitors the calibration of instruments/equipment and assures calibration schedules are met. (i) The Offeror has provided in-house test procedures, check lists, and data sheets that are complete and thorough, and are structured in a clear and logical manner that assists in ensuring the quality of all required testing. (j) The in-house check lists and data sheets covering the most critical portions of testing require signatures of the individuals performing the tasks or recording the measurement, and include a

83 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

separate signature for a QA designate.

M.2.2 Facilities and Equipment (See L.8.3)

The Offeror will be evaluated on the completeness of its submissions and its access to the facilities and equipment necessary to conduct testing under the contract. This includes an accurate description and specifications (where requested), and/or complete photographic evidence (where requested) of the facilities and equipment it intends to use. The descriptions, specifications, and photographic evidence make it clear that the Offeror has access to, and is proposing to use, state-of-the-art facilities and equipment for the testing program, and has the ability to start the required testing program immediately after contract award.

M.2.3 Organization and Personnel Qualifications (See L.8.4)

The Offeror will be evaluated on the completeness of its submissions and the quality of its proposed professional and technical staff. The proposed personnel have a level of experience and the technical background necessary to perform the work outlined herein and have received QA training. Staff with multiple skillsets, potentially available to cover other positions on a temporary basis, have been identified. The Offeror also has presented a reasonable approach to address potential staff turnover issues. The Offeror also will be evaluated to determine that there is sufficient permanent staff available to ensure successful performance under the contract and that key personnel are available to the agency during required testing. The Offeror’s program manager will also be evaluated to determine a high level of testing experience and that there is sufficient authority vested in the position to operate the program successfully.

M.2.4 Past Performance and Prior Experience (See L.8.5)

The Offeror will be evaluated on the completeness of its submissions as required under Section L.8.5 and its ability to demonstrate its experience conducting work similar to that required in this solicitation within the past three (3) years. The Offeror also will be evaluated on its performance under similar efforts, including whether it has a history of meeting schedule and deliverable deadlines. Specifically, schedules and deliverables dates under other contracts were met as indicated by the actual and required start and completion dates. If problems were noted, the Offeror indicates an ability to find solutions and improve overall contract performance. Additionally, the sample test reports provided are of high quality and completeness. Finally, the Offeror will be evaluated on whether it has received performance reports indicating a high level of satisfaction from its past clients.

An Offeror that has no record of past performance will be evaluated only on experience for this factor. An Offeror that has a record of past performance, and that record is poor, will received an overall rating of “technically unacceptable” for this evaluation factor.

84 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

M.3 SINGLE OR MULTIPLE AWARDS

The Government may elect to award a single delivery order contract or multiple delivery order contracts for the same or similar supplies or services to two or more sources under this solicitation.

M.4 EVALUATED PRICE CALCULATION

For the purpose of evaluating the total estimated price proposed by each Offeror, Offerors shall complete the worksheets in Sections M 5.1 through M.5.7 and shall include the worksheets as part of the Business Management Proposal. The total price for all contract years will be used for the purpose of evaluating each Offeror for award. Evaluation of the optional quantities will not obligate the Government to purchase those quantities. Offerors shall calculate the extended price by multiplying the fixed unit price times the estimated quantity. The extended prices shall be added to arrive at the total evaluated price.

85 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

M.5.1 BASE - YEAR 1

Quantity Fixed Total Unit Extended CLIN Item Description Price Price 00001 Lane Departure Warning System Test 10 00002 Lane Departure Warning System Re-test 2 00003 Lane Keeping Support System Test 2 00004 Lane Keeping Support System Re-test 2 Forward Collision Warning System Test (using a 10 00005 vehicle or motorcycle as the POV) Forward Collision Warning System Re-test (using a 2 00006 vehicle or motorcycle as the POV) Crash Imminent Braking System Test (using SSV or 10 00007 GVT as the POV) Crash Imminent Braking System Re-test (using SSV 2 00008 or GVT as the POV) Dynamic Brake Support Systems Test (using SSV or 10 00009 GVT as the POV) Dynamic Brake Support Systems Re-test (using SSV 2 00010 or GVT as the POV) Pedestrian Automatic Emergency Braking Test (using 2 00011 articulating dummies and one (1) lighting condition) Pedestrian Automatic Emergency Braking Re-test 2 (using articulating dummies and one (1) lighting 00012 condition) 00013 Blind Spot Detection System Test 2 00014 Blind Spot Detection System Re-test 2 00015 Blind Spot Intervention System Test 2 00016 Blind Spot Intervention System Re-test 2 00017 Rear Automatic Braking System Test 2 00018 Rear Automatic Braking System Re-test 2 00019 Lower Beam Headlighting Visibility Test 2 Semi-Automatic Headlamp Beam-Switching Device 2 00020 Test 00021 Amber Rear Turn Signal Lamps Test 2 Additional Cameras and Instrumentation Additional Camera for Any Crash Avoidance NCAP 2 00022 Test Additional Data Channel for Any Crash Avoidance 2 00023 NCAP Test Miscellaneous

86 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

Quantity Fixed Total Unit Extended CLIN Item Description Price Price Vehicle Teardown, Parts Removal, and/or Additional 10 00024 Measurements (per hour) 00025 Vehicle Shipping Reimbursement 00026 Parts and Parts Shipping Reimbursement 00027 Vehicle Reconstruction and Repair Reimbursement 00028 Surrogate Subject Vehicle (SSV) Lease Cost 20 00029 Global Vehicle Target (GVT) Lease Cost 2 00101 Kick-off Meeting 1

87 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

M.5.2 BASE - YEAR 2

Quantity Fixed Total Unit Extended CLIN Item Description Price Price 10001 Lane Departure Warning System Test 10 10002 Lane Departure Warning System Re-test 2 10003 Lane Keeping Support System Test 2 10004 Lane Keeping Support System Re-test 2 Forward Collision Warning System Test (using a 10 10005 vehicle or motorcycle as the POV) Forward Collision Warning System Re-test (using a 2 10006 vehicle or motorcycle as the POV) Crash Imminent Braking System Test (using SSV or 10 10007 GVT as the POV) Crash Imminent Braking System Re-test (using SSV 2 10008 or GVT as the POV) Dynamic Brake Support Systems Test (using SSV or 10 10009 GVT as the POV) Dynamic Brake Support Systems Re-test (using SSV 2 10010 or GVT as the POV) Pedestrian Automatic Emergency Braking Test (using 2 10011 articulating dummies and one (1) lighting condition) Pedestrian Automatic Emergency Braking Re-test 2 (using articulating dummies and one (1) lighting 10012 condition) 10013 Blind Spot Detection System Test 2 10014 Blind Spot Detection System Re-test 2 10015 Blind Spot Intervention System Test 2 10016 Blind Spot Intervention System Re-test 2 10017 Rear Automatic Braking System Test 2 10018 Rear Automatic Braking System Re-test 2 10019 Lower Beam Headlighting Visibility Test 2 Semi-Automatic Headlamp Beam-Switching Device 2 10020 Test 10021 Amber Rear Turn Signal Lamps Test 2 Additional Cameras and Instrumentation 2 Additional Camera for Any Crash Avoidance NCAP 10022 Test Additional Instrumentation for Any Crash Avoidance 2 10023 NCAP Test

88 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

Quantity Fixed Total Unit Extended CLIN Item Description Price Price Miscellaneous Vehicle Teardown, Parts Removal, and/or Additional 10 10024 Measurements (per hour) 10025 Vehicle Shipping Reimbursement 10026 Parts and Parts Shipping Reimbursement 10027 Vehicle Reconstruction and Repair Reimbursement 10028 Surrogate Subject Vehicle (SSV) Lease Cost 20 10029 Global Vehicle Target (GVT) Lease Cost 2

89 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

M5.3 BASE - YEAR 3

Fixed Total Quantity Unit Extended CLIN Item Description Price Price 20001 Lane Departure Warning System Test 10 20002 Lane Departure Warning System Re-test 2 20003 Lane Keeping Support System Test 10 20004 Lane Keeping Support System Re-test 2 Forward Collision Warning System Test (using a 10 20005 vehicle or motorcycle as the POV) Forward Collision Warning System Re-test (using a 2 20006 vehicle or motorcycle as the POV) Crash Imminent Braking System Test (using SSV 10 20007 or GVT as the POV) Crash Imminent Braking System Re-test (using 2 20008 SSV or GVT as the POV) Dynamic Brake Support Systems Test (using SSV 10 20009 or GVT as the POV) Dynamic Brake Support Systems Re-test (using 2 20010 SSV or GVT as the POV) Pedestrian Automatic Emergency Braking Test 10 (using articulating dummies and one (1) lighting 20011 condition) Pedestrian Automatic Emergency Braking Re-test 2 (using articulating dummies and one (1) lighting 20012 condition) 20013 Blind Spot Detection System Test 10 20014 Blind Spot Detection System Re-test 2 20015 Blind Spot Intervention System Test 10 20016 Blind Spot Intervention System Re-test 2 20017 Rear Automatic Braking System Test 2 20018 Rear Automatic Braking System Re-test 2 20019 Lower Beam Headlighting Visibility Test 2 Semi-Automatic Headlamp Beam-Switching 2 20020 Device Test 20021 Amber Rear Turn Signal Lamps Test 2 Additional Cameras and Instrumentation Additional Camera for Any Crash Avoidance 2 20022 NCAP Test Additional Instrumentation for Any Crash 2 20023 Avoidance NCAP Test

90 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

Fixed Total Quantity Unit Extended CLIN Item Description Price Price Miscellaneous Vehicle Teardown, Parts Removal, and/or 15 20024 Additional Measurements (per hour) 20025 Vehicle Shipping Reimbursement 20026 Parts and Parts Shipping Reimbursement 20027 Vehicle Reconstruction and Repair Reimbursement 20028 Surrogate Subject Vehicle (SSV) Lease Cost 20 20029 Global Vehicle Target (GVT) Lease Cost 10

91 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

M.5.4 BASE - YEAR 4

Quantity Fixed Total Unit Extended CLIN Item Description Price Price 30001 Lane Departure Warning System Test 10 30002 Lane Departure Warning System Re-test 2 30003 Lane Keeping Support System Test 10 30004 Lane Keeping Support System Re-test 2 Forward Collision Warning System Test (using a 10 30005 vehicle or motorcycle as the POV) Forward Collision Warning System Re-test (using a 2 30006 vehicle or motorcycle as the POV) Crash Imminent Braking System Test (using SSV or 10 30007 GVT as the POV) Crash Imminent Braking System Re-test (using SSV 2 30008 or GVT as the POV) Dynamic Brake Support Systems Test (using SSV or 10 30009 GVT as the POV) Dynamic Brake Support Systems Re-test (using SSV 2 30010 or GVT as the POV) Pedestrian Automatic Emergency Braking Test 10 (using articulating dummies and one (1) lighting 30011 condition) Pedestrian Automatic Emergency Braking Re-test 2 (using articulating dummies and one (1) lighting 30012 condition) 30013 Blind Spot Detection System Test 10 30014 Blind Spot Detection System Re-test 2 30015 Blind Spot Intervention System Test 10 30016 Blind Spot Intervention System Re-test 2 30017 Rear Automatic Braking System Test 10 30018 Rear Automatic Braking System Re-test 2 30019 Lower Beam Headlighting Visibility Test 2 Semi-Automatic Headlamp Beam-Switching Device 10 30020 Test 30021 Amber Rear Turn Signal Lamps Test 2 Additional Cameras and Instrumentation Additional Camera for Any Crash Avoidance NCAP 2 30022 Test Additional Instrumentation for Any Crash Avoidance 2 30023 NCAP Test

92 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

Quantity Fixed Total Unit Extended CLIN Item Description Price Price Miscellaneous Vehicle Teardown, Parts Removal, and/or Additional 17 30024 Measurements (per hour) 30025 Vehicle Shipping Reimbursement 30026 Parts and Parts Shipping Reimbursement 30027 Vehicle Reconstruction and Repair Reimbursement 30028 Surrogate Subject Vehicle (SSV) Lease Cost 20 30029 Global Vehicle Target (GVT) Lease Cost 10

93 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

M.5.5 BASE – YEAR 5

Quantity Fixed Total Unit Extended CLIN Item Description Price Price 40001 Lane Departure Warning System Test 10 40002 Lane Departure Warning System Re-test 2 40003 Lane Keeping Support System Test 10 40004 Lane Keeping Support System Re-test 2 Forward Collision Warning System Test (using a 10 40005 vehicle or motorcycle as the POV) Forward Collision Warning System Re-test (using a 2 40006 vehicle or motorcycle as the POV) Crash Imminent Braking System Test (using SSV or 10 40007 GVT as the POV) Crash Imminent Braking System Re-test (using SSV 2 40008 or GVT as the POV) Dynamic Brake Support Systems Test (using SSV or 10 40009 GVT as the POV) Dynamic Brake Support Systems Re-test (using SSV 2 40010 or GVT as the POV) Pedestrian Automatic Emergency Braking Test 10 (using articulating dummies and one (1) lighting 40011 condition) Pedestrian Automatic Emergency Braking Re-test 2 (using articulating dummies and one (1) lighting 40012 condition) 40013 Blind Spot Detection System Test 10 40014 Blind Spot Detection System Re-test 2 40015 Blind Spot Intervention System Test 10 40016 Blind Spot Intervention System Re-test 2 40017 Rear Automatic Braking System Test 10 40018 Rear Automatic Braking System Re-test 2 40019 Lower Beam Headlighting Visibility Test 2 Semi-Automatic Headlamp Beam-Switching Device 10 40020 Test 40021 Amber Rear Turn Signal Lamps Test 2 Additional Cameras and Instrumentation 2 Additional Camera for Any Crash Avoidance NCAP 40022 Test Additional Instrumentation for Any Crash Avoidance 2 40023 NCAP Test

94 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

Quantity Fixed Total Unit Extended CLIN Item Description Price Price Miscellaneous Vehicle Teardown, Parts Removal, and/or Additional 17 40024 Measurements (per hour) 40025 Vehicle Shipping Reimbursement 40026 Parts and Parts Shipping Reimbursement 40027 Vehicle Reconstruction and Repair Reimbursement 40028 Surrogate Subject Vehicle (SSV) Lease Cost 20 40029 Global Vehicle Target (GVT) Lease Cost 10

95 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

M.5.6 Price Schedule – Option to Extend Services

Quantity Fixed Total Unit Extended CLIN Item Description Price Price 50001 Lane Departure Warning System Test 10 50002 Lane Departure Warning System Re-test 2 50003 Lane Keeping Support System Test 10 50004 Lane Keeping Support System Re-test 2 Forward Collision Warning System Test (using a 10 50005 vehicle or motorcycle as the POV) Forward Collision Warning System Re-test (using a 2 50006 vehicle or motorcycle as the POV) Crash Imminent Braking System Test (using SSV or 10 50007 GVT as the POV) Crash Imminent Braking System Re-test (using SSV 2 50008 or GVT as the POV) Dynamic Brake Support Systems Test (using SSV or 10 50009 GVT as the POV) Dynamic Brake Support Systems Re-test (using SSV 2 50010 or GVT as the POV) Pedestrian Automatic Emergency Braking Test 10 (using articulating dummies and one (1) lighting 50011 condition) Pedestrian Automatic Emergency Braking Re-test 2 (using articulating dummies and one (1) lighting 50012 condition) 50013 Blind Spot Detection System Test 10 50014 Blind Spot Detection System Re-test 2 50015 Blind Spot Intervention System Test 10 50016 Blind Spot Intervention System Re-test 2 50017 Rear Automatic Braking System Test 10 50018 Rear Automatic Braking System Re-test 2 50019 Lower Beam Headlighting Visibility Test 2 Semi-Automatic Headlamp Beam-Switching Device 10 50020 Test 50021 Amber Rear Turn Signal Lamps Test 2 Additional Cameras and Instrumentation Additional Camera for Any Crash Avoidance NCAP 2 50022 Test Additional Instrumentation for Any Crash Avoidance 2 50023 NCAP Test

96 of 97

Request for Proposal (RFP) Solicitation #693JJ921R000073 Advanced Driver Assistance Systems (ADAS) Testing for the New Car Assessment Program (NCAP)

Quantity Fixed Total Unit Extended CLIN Item Description Price Price Miscellaneous Vehicle Teardown, Parts Removal, and/or Additional 17 50024 Measurements (per hour) 50025 Vehicle Shipping Reimbursement 50026 Parts and Parts Shipping Reimbursement 50027 Vehicle Reconstruction and Repair Reimbursement 50028 Surrogate Subject Vehicle (SSV) Lease Cost 20 50029 Global Vehicle Target (GVT) Lease Cost 10

M.5.7 FOR EVALUATION PURPOSES ONLY

TOTAL PRICE – BASE YEAR 1: $ TOTAL PRICE – BASE YEAR 2: $ TOTAL PRICE – BASE YEAR 3: $ TOTAL PRICE – BASE YEAR 4: $ TOTAL PRICE – BASE YEAR 5: $ TOTAL PRICE – OPTION TO EXTEND $ GRAND TOTAL: $

(End of Section M)

97 of 97