SOURCES SOUGHT
A -- NHTSA Distracted and Alcohol Impaired Driving
- Notice Date
- 9/19/2014
- Notice Type
- Sources Sought
- NAICS
- 541720
— Research and Development in the Social Sciences and Humanities
- Contracting Office
- Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
- ZIP Code
- 02142-1093
- Solicitation Number
- DTRT5714SS00006
- Archive Date
- 10/18/2014
- Point of Contact
- Thomas Martin, Phone: 6174943687
- E-Mail Address
-
thomas.martin@dot.gov
(thomas.martin@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- Description: 1.0 Summary The U.S. Department of Transportation (U.S. DOT), John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, is conducting market research to identify businesses for services to provide States with information and tools that use psychological and communications theory to develop messages and communication campaigns intended to reduce instances of distracted and alcohol-impaired driving. This Sources Sought Notice does not constitute a solicitation and is not to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice. 2.0 Background The National Highway Traffic Safety Administration (NHTSA) is an agency of the U.S. Department of Transportation (DOT). NHTSA's mission is to save lives, prevent injuries and reduce economic costs due to road traffic crashes, through education, research, safety standards and enforcement activity. Under the Moving Ahead for Progress in the 21st Century Act (MAP-21), Subsection 402(c), the Secretary, acting through the NHTSA Administrator, shall establish a cooperative program to research and evaluate State highway safety countermeasures. NHTSA, in conjunction with the Governors Highway Safety Association (GHSA), has identified several areas for research and evaluation to be conducted under this program. In support of NHTSA, Volpe, The National Transportation Systems Center (Volpe), will assist in establishing and managing this new cooperative program. One research area being addressed under this program is to explore the use of psychological and communications theory to develop messages and communication campaigns intended to reduce instances of distracted and alcohol-impaired driving. Distracted and alcohol impaired driving are significant safety problems that can increase crash risk. NHTSA estimates that in 2012, 10 percent of fatal crashes (3,328) and 18 percent of injury crashes (421,000) were attributable to distracted driving. A larger percentage of the 2012 year's crash fatalities involved a driver with a BAC level of.08 or higher: 31 percent, or 10,322 lives lost. These behaviors are unique among risky behaviors in that they can be practiced in many aspects of an individual's life and are not limited to the automobile. NHTSA supports States and local jurisdictions in their efforts to reduce instances of distracted and alcohol impaired driving in a number of ways, one of which is communication materials. Communication campaigns are a common approach for educating the public about a risk and motivating individuals to reduce the risk through changing their behavior. Traffic safety communication campaigns for distracted and alcohol impaired driving need to go beyond enforcement-based campaigns to address their unique attributes. One way to accomplish this is to consider psychological and communications theories to select the messages used in communication campaigns. NHTSA would like to support States and local jurisdictions in their development of non-enforcement, theory-based communications campaigns to reduce instances of distracted and alcohol impaired driving. 3.0 Description The Contractor must have the level of expertise in cognitive and/or social psychology to analyze research articles and literature to identify theories that address the unique characteristics of distracted and alcohol impaired driving. The Contractor must have additional expertise in traffic safety, risk communications, and cognitive and/or social psychology to evaluate implemented communication campaigns in the context of the theories they reflect. The Contractor must have the capability to facilitate the exchange of information among these experts. The Contractor must be able to develop user-friendly publications and webinars to support States in the development of communications campaigns. Contractors will be responsible for supporting the Government in the following work areas: 1) Identify existing distracted and alcohol impaired driving communication campaigns that have been implemented by States and local jurisdictions 2) Identify communications and psychological theories (beyond the high visibility enforcement model) that could be applied to develop traffic safety messaging for distracted and alcohol impaired driving. Conduct a literature review to identify and critique non-enforcement based health and safety communications strategies, and communications and psychological theories. 3) Apply the literature review results to create theoretical categories for strategies appropriate to designing communication campaigns for distracted and alcohol impaired driving. For each category, develop criteria that can be applied to sort the communication campaigns gathered from States. 4) Convene a panel of experts in traffic safety, risk communications, and cognitive and/or social psychology to apply the criteria to sort the implemented campaigns into the categories. 5) Develop and disseminate information for use by States and local jurisdictions that explains the theoretical and empirical basis of the identified strategies and why they should be effective in applicable terms. This will be in the form of a catalogue of implemented communication campaigns, and a non-technical report and webinar that explains the nature of distracted and alcohol-impaired driving, and the theories and strategies that best support the development of distracted and impaired driving communication campaigns. 4.0 Submission Instructions Interested Contractors must submit a written Statement of Capabilities of sufficient detail demonstrating their understanding of the Section 3.0 description of requirements (above). The Contractor shall describe personnel with traffic safety, risk communication, and cognitive and/or social psychology expertise capable of reviewing and categorizing communication campaigns by the theories they apply. Additionally, the Contractor must describe how the services relate to the Contractor's relevant past performance (three (3) previous or current experiences in the past five (5) years). Capability information for the three (3) previous or current past performance experiences shall include: Contract number; Customer (Government agency, private industry); Contracting Officer's Representative (COR) name, telephone and fax numbers; contract value and type of contract; period of performance; and description of product/services. Information provided shall be detailed and shall show technical capabilities, knowledge, and expertise so the Government can assess the ability to provide the described services in each of the above stated work areas. All of the information sought should be conveyed in no more than six (6) pages. Page size is set at 8.5" X 11" and text should be no smaller than 11 point and double spaced. Each response must reference the Sources Sought title. Ensure to provide the Contractor's name and the following Contractor information: 1) Point of Contact (along with telephone and email address); 2) DUNS Number and CAGE Code; 3) Contractor Address; and 4) NAICS code as registered in the System for Award Management. Interested small businesses shall indicate their socio-economic small business size status (Total Small Business, 8(a) business development, historically underutilized business zone, service disabled veteran owned, small disadvantaged, or woman-owned) in the appropriate North American Industry Classification System (NAICS) code. As a result of recent changes to the Federal Acquisition Regulation (FAR) Part 19, small business concerns must ensure that their status certifications are up to date. Interested parties must respond to this announcement in writing by October 3, 2014 at 3:00 pm Eastern Time. Telephone requests will not be honored. All responses must be submitted via e-mail to Thomas Martin at Thomas.Martin@dot.gov. Electronic attachments to the e-mail should be submitted in Microsoft Office 2007 (or later) productivity application formats, or any format that can be imported by Microsoft Office. 5.0 Information Availability THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. This notice is for information and planning purposes only, and is a market research tool to determine the availability and technical capability of Contractors prior to determining the method of acquisition and possible issuance of a Request for Proposal. The notice does not constitute a solicitation for bids, quotations, and proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. The Government is not obligated to and will not pay for any information received from potential sources as a result of response to this Sources Sought notice. The Government will not pay for any materials provided in response to this synopsis and submittals will not be returned to the sender. Submissions must be disclosable to the public or the submitter should provide a summary statement that can be disclosed to the public with fuller supporting information that is clearly marked as restricted. The Government will use customary means to safeguard proprietary information, but only when such information is (1) clearly marked as proprietary; (2) is, in fact, information that could not have been obtained from another party or source; and (3) is otherwise deserving of such treatment under standards and processes described in the Freedom of Information Act (FOIA) and Executive Order 12600. For information about the Volpe Center refer to the Volpe Center website at http://www.volpe.dot.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT5714SS00006/listing.html)
- Place of Performance
- Address: DOT/RITA/Volpe National Transportation Systems Center, 55 Broadway, Cambridge, Massachusetts, 02142, United States
- Zip Code: 02142
- Zip Code: 02142
- Record
- SN03520375-W 20140921/140919235601-fa889533fd49a29d99d547e20dd3e998 (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 |