SOURCES SOUGHT
U -- Market Research for Generational Planning for Pedestrian Safety
- Notice Date
- 2/26/2025 8:28:19 AM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- 693JJ9 NHTSA OFFICE OF ACQUISTION WASHINGTON DC 20590 USA
- ZIP Code
- 20590
- Solicitation Number
- 693JJ925RQ000118
- Response Due
- 3/9/2025 9:59:00 PM
- Archive Date
- 03/24/2025
- Point of Contact
- Michelle Shanahan, Phone: 2023666715, Vincent C. Lynch, Phone: 2023669568
- E-Mail Address
-
michelle.shanahan@dot.gov, vincent.lynch@dot.gov
(michelle.shanahan@dot.gov, vincent.lynch@dot.gov)
- Description
- The National Highway Traffic Safety Administration (NHTSA) is issuing this Sources Sought Notice to identify potential qualified Small Business (SB), Small Disadvantaged Business (SDB), 8(a) Certified SDB, HUBZone SB, SDVOSB, or WOSB concerns that may be interested in and capable of performing the work described herein to collect and analyze information, identify information gaps; develop and test content, have a network of transportation safety professionals, implement demonstration projects, as well as the capacity to develop training, materials and resources on pedestrian safety. NHTSA welcomes all qualified Small Business concerns, with the appropriate NAICS Code and past experience to submit their Corporate Capability Statements that demonstrate their ability to successfully accomplish the goals of the project as listed below. NHTSA does not intend to award a contract on the basis of responses to this notice or otherwise pay for the preparation of any information submitted. Acknowledgement of receipt of responses will not be made; no formal evaluation of the information received will be conducted by NHTSA. NHTSA may; however later on issue a Request for Proposals (RFP). However, should such a requirement fail to materialize, no basis for claims against NHTSA shall arise as a result of a response to this notice. Background: NHTSA is an operating mode of the United States Department of Transportation (DOT). Its mission is to save lives, prevent injuries, and reduce traffic-related health care and other economic costs. The Office of Safety Programs, Safety Countermeasures Division (NPD-210) advances a vision for safe people-centered transportation: bicyclists, pedestrians, motorcyclists, school bus riders, older road users and micro-mobility users by leading life-saving research to identify best practices, programs and policies that, when implemented, can improve safety and reduce injuries. In 2022, there were 7,522 pedestrians killed in traffic crashes in the United States. That is 21 pedestrians a day and 145 pedestrians a week. This represents a 0.7% increase from the 7,470 pedestrian fatalities in 2021. In 2022, the number of pedestrians killed in traffic crashes was the highest since 1981. Pedestrian fatalities are still on the rise in the U.S. What has changed and how can we keep up with ever evolving generations? Each generation has specific preferences when it comes to learning, especially in changing of attitudes, behaviors, learning styles, and the advancement of technology. Objective: The objective of this project is to develop a minimum of three data-driven interventions/countermeasures and implement/pilot test the new interventions through a demonstration project. This project will include a literature review on generational learning styles, specifically related to traffic safety, using that report to identify gaps in behavioral pedestrian safety countermeasures and develop a forward thinking, 5-year plan for addressing pedestrian fatalities and severe injuries to keep up with generational groups. Capabilities: The Contractor shall have the capabilities to: provide a detailed project implementation plan, including timetable, metrics, and strategies. Execute the project as described in the Contractor�s implementation plan and detailed final work plan, as coordinated with the Contracting Officer Representative (COR). SUPPLIES/SERVICES The Contractor shall provide the necessary qualified personnel, facilities, materials, supplies, equipment, and services as identified in the attached Draft Statement of Work (SOW). More specifically, the objectives of this project include, but are not limited to, the following: Research and Information Gathering: Develop a literature review plan on pedestrian safety and if generational factors have an impact on pedestrian safety behavior through education and awareness. Conduct the literature review, providing a clear and concise overview of the literature that is both scientifically and data-driven and accessible for a broad audience. Produce a publishable report on the generational findings in the literature review, including any gaps or lessons learned. Develop data-based, innovative, and technical appropriate pedestrian safety educational and awareness programming for a minimum three (3) generations (gen z, gen alpha, millennials, etc.) Pilot test the newly developed pedestrian safety educational material with age-appropriate audiences. Develop a forward-thinking five-year plan for how NHTSA can address the generational factors in pedestrian safety problem through new and innovative approaches. Identify how generational pedestrian safety programming can overcome transportation safety barriers in all communities and develop ways to address specific barriers identified. CAPABILITY STATEMENTS Any interested qualified Small Business firms, Small Disadvantaged Business (SDB), 8(a) Certified SDB, HUBZone SB, SDVOSB, or WOSB concerns should submit their Corporate Capability Statement, which demonstrates the firm�s ability and past experience in no more than 10 pages to perform the key requirements described above to the identified NHTSA point of contact listed herein. Any proprietary information should be marked as such. All respondents are asked to certify the type and size of their business organization is in-line with the requirements of this Sources Sought Notice and must be received no later than 10 calendar days from the date of publication or by the closing date of this notice. To facilitate a timely and comprehensive review of all submitted responses, firms should respond using the format requested in this Notice. Please provide the following information for your firm and for any teaming or joint venture partners: General Information: Company name, address, point of contact name, telephone, and email address. Data Universal Numbering System (DUNS) Number and Commercial and Government Entity (CAGE) Code. Business size and classification (e.g., large, small, small-disadvantaged, SBA Certified 8(a), HUBZone, service-disabled veteran-owned, woman-owned) based on NAICS code: 541611 � Administrative Management and General Management Consulting Services. If applicable, potential proposed teaming arrangements to include business size and classification of prime and subcontractors. GSA Federal Supply Schedule (FSS) Number (FSS must include NAICS code 541611 � Administrative Management and General Management Consulting Services Identify contracts your company has been awarded under NAICS code: 541611 � Administrative Management and General Management Consulting Services Technical Capability: Provide a brief synopsis to support the firm�s ability to perform all of potential areas of the objective/scope. Identify each task element and provide information to support the firm�s experience, staffing and overall ability to perform the technical area. Evidence of experience and past performance should include contracts/task orders from the past three (3) years similar in scope to this requirement. Examples must include contract numbers, project titles, dollar amounts, periods of performance, and Government points of contact (telephone numbers or email addresses). Documented information to support the firm�s ability to provide the range of research skillsets capability to quickly plan, conduct, and document studies; AND personnel required for this effort in a timely fashion. Any data on previous contracts/task orders on personnel retention and succession planning. Additional Information: Indicate if your firm will submit a proposal if a Request for Proposal (RFP) is issued, and if your firms interest is for Prime contracting, teaming agreement or Joint Venture. Validation of, or recommended NAICS codes for this effort. Validation of, or recommended contract type. Validation of, or recommended GSA vehicle In each potential areas of research, indicate any Small Business Subcontracting opportunities, as applicable. Other Recommendations a) Any information missing from this requirement that would provide a better understanding of the effort desired. b) Please submit any other questions or comments along with your response. CONTRACTING OFFICE ADDRESS Department of Transportation (DOT) Headquarters, 1200 New Jersey Avenue, SE, Washington, DC 20590.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0d4bb12ce95a4a899df8ffc55910b618/view)
- Place of Performance
- Address: Washington, DC 20590, USA
- Zip Code: 20590
- Country: USA
- Zip Code: 20590
- Record
- SN07354984-F 20250228/250226230044 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |