SOLICITATION NOTICE
B -- Demonstration Tests of Different High Visibility Enforcement Models
- Notice Date
- 4/20/2010
- Notice Type
- Presolicitation
- NAICS
- 541720
— Research and Development in the Social Sciences and Humanities
- Contracting Office
- Department of Transportation, National Highway Traffic Safety Administration (NHTSA), National Highway Traffic Safety Administration HQ, 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590
- ZIP Code
- 20590
- Solicitation Number
- DTNH22-10-R-00367
- Archive Date
- 8/31/2010
- Point of Contact
- Sherese A. Gray, , Chelly Johnson-Jones,
- E-Mail Address
-
sherese.gray@dot.gov, chelly.johnson-jones@dot.gov
(sherese.gray@dot.gov, chelly.johnson-jones@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Highway Traffic Safety Administration (NHTSA) is an integral part of the United States Department of Transportation (DOT) and its mission is to save lives, prevent injuries, and reduce health care and other economic costs associated with motor vehicle crashes. To accomplish this, NHTSA collects and analyzes motor vehicle crash data and develops, promotes, and implements educational programs, vehicle safety standards, research, and enforcement programs. The Office of Behavioral Safety Research (OBSR) conducts research and evaluation projects dealing with behaviors and attitudes associated with highway safety issues. Program focus is on drivers, passengers, pedestrians, and motorcyclists. The OBSR is interested in conducting a study examining the effects of high visibility community campaigns enforcing the drinking and driving laws on community members' perceived risk of alcohol-impaired drivers being stopped and arrested. In particular, the OBSR is interested in assessing the impact on perceived risk of two different types of high visibility enforcement (HVE) programs: (1) a program in which highly visible forms of enforcement and media outreach are fully integrated into normal law enforcement agency operations and sustained over an extended period of time; and (2) a program that compacts the high visibility enforcement and accompanying media outreach into intervention activity occurring five-to-six times a year. Both are models designed to overcome previously identified weaknesses of more limited enforcement wave approaches in influencing risk perception. The primary objective of this study would be to assess any changes associated with the HVE programs in community members' perceived risk of alcohol-impaired drivers being stopped and arrested. This would include exploring whether there is a differential impact on perceptions both in terms of the type of HVE program as well as risk characteristics of drivers. The experimental design would include comparison sites not exposed to either of the two program models but instead engage in current common practice (i.e., a limited wave approach focused on the two times of the year when the National Alcohol Impaired Driving Crackdowns are occurring). Besides collecting self-report awareness and attitudinal data from the intervention and comparison sites, the study would collect on-road BAC data to assess program impact on behavior. An emphasis within the study will be the identification of drivers most likely to drive at BACs above the legal limit, and obtained reaction of these at-risk drivers to the intervention programs through both standard and innovative channels and data collection methods. The NAICS Code for this contract is 541720. Contractors must be registered in the Central Contractor Registration Database located at http://www.ccr.gov, and must complete electronic representatives and certification on the ORCA database located at http://orca.bpn.gov to be considered for contract award. It is the Government's intent to award a Time and Material Labor Hour type contract resulting from the solicitation, with or without discussions, to the responsible offeror whose proposal, conforming to the solicitation, is most advantageous to the Government based on the evaluation factors contained in the solicitation. It is the Offeror's responsibility to monitor the FedBizOpps Internet site for the release of the solicitation and amendments (if any). Potential Offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Requests for paper copies of the RFP will not be accepted. The estimated date for release of the solicitation is on or about May 24, 2010. Period of Performance: sixty (60) calendar months from the effective date of the resultant contract award. Contract Award: NHTSA intends to issue a full and open, competitive Request for Proposals (RFP) with the intention of awarding a Time and Material Labor Hour type contract for a performance period not to exceed sixty (60) calendar months after the effective date of the resultant contract. All questions regarding this posting must be submitted in writing via e-mail to NHTSAOAM@dot.gov no later than June 8, 2010. The anticipated award date for this resultant contract is expected on or about August 30, 2010. Contracting Office Address: 1200 New Jersey Avenue, SE Washington, District of Columbia 20590
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/NHTSA/NHTSAHQ/DTNH22-10-R-00367/listing.html)
- Place of Performance
- Address: DOT/Headquarters, 1200 New Jersey Avenue, SE, Washington, District of Columbia 20590, Washington, District of Columbia, 20590, United States
- Zip Code: 20590
- Zip Code: 20590
- Record
- SN02127476-W 20100422/100420235717-85b4e4b2b3b7eb128e046b152d72004c (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |