Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2025 SAM #8493
SOURCES SOUGHT

U -- Market Research for Pedestrian Safety Regional Summits

Notice Date
2/25/2025 6:41:09 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
693JJ925RQ000151
 
Response Due
3/8/2025 8:59:00 PM
 
Archive Date
03/23/2025
 
Point of Contact
Michelle Shanahan, Phone: 2023666715, Vincent 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 has 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, 7,522 people were killed while walking, a 0.7 percent increase from 2021, and 67,336 people were injured, an 11 percent increase from 2021. It is the highest since 1981 when 7,837 pedestrians died in traffic crashes. Objective: The objective of this procurement is to convene a summit in each of the ten (10) NHTSA regions for pedestrian safety stakeholders, State Highway Safety Offices (SHSO), and each NHTSA Regional Office to discuss the pedestrian safety problem, current traffic safety trends and emerging issues and possible solutions. During this summit, new pedestrian safety strategies will be identified and highlighted consistent with NHTSA and U.S. DOT priorities. Stakeholder collaboration and knowledge sharing will be facilitated. The summits will assist States and communities in their efforts to make pedestrian safety a priority by presenting a range of pedestrian safety countermeasures, pedestrian safety partners and stakeholders, data collection and evaluation methods, evidence-based practices, and community engagement. 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 procurement include, but are not limited to, the following: The contractor will coordinate all logistics of the summits such as scheduling, planning, and hosting each of the ten regional summits, identifying and inviting relevant regional/local speakers, selecting and reserving summit sites, and creating marketing materials, all with approval from NHTSA, in coordination with each Regional Office. Disseminate and share implementation strategies that pose new traffic safety solutions to address the growing number of pedestrian injuries and fatalities. Increase the awareness of the pedestrian safety problem. Reduce the number of pedestrian crashes, injuries, and fatalities. Incorporate evaluation of content into the planning process to explore reactions so that future efforts may be refined and improved to better meet needs. Complete a report on each of the 10 summits with outcomes, takeaways, and resources, as well as a final report which will summarize results including key outcomes of the project, evaluation measures, and next steps. The summit should include NHTSA Regional Offices, SHSOs, pedestrian safety stakeholders, law enforcement, EMS, community-based organizations, coalitions/advocacy groups, hospitals and health care organizations, local officials, faith-based organizations, education, planners/engineers, and other pedestrian safety advocates. 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/8dc809eca0f84fd28c3402229982ac33/view)
 
Place of Performance
Address: Washington, DC 20590, USA
Zip Code: 20590
Country: USA
 
Record
SN07353412-F 20250227/250225230041 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.