Skip to main content

An official website of the United States government

You have 2 new alerts

Market Research for Implementing Effective Community-Based Pedestrian Safety Programs

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Feb 24, 2025 05:38 pm EST
  • Original Response Date: Mar 07, 2025 11:59 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 22, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Washington , DC 20590
    USA

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:

The National Highway Traffic Safety Administration (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.

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.

Many people rely on walking as a mode of transportation for everyday activities, leisure and entertainment purposes. Walking also provides health, social and economic benefits, along with increased community engagement and healthier and safer streets. NHTSA acknowledges each community has different needs and members of the community understand firsthand what strategies will be most effective for improving pedestrian safety within their respective community (i.e., urban, rural, suburban).

Community-based organizations play an important role in promoting the safety of the residents in their community. Using evidence-based countermeasures, found in NHTSA's Countermeasures that Work, the purpose of this project is to create a how-to implementation guide for pedestrian safety programs for communities that are readily available with training and tools in place. This guide will help communities use data to plan, implement, promote, sustain, and evaluate pedestrian safety programming based on the needs of their community.

Objective:

The objective of this project is to identify evidence-based intervention strategies targeted toward the prevention of crashes pedestrians, develop an evidence-based implementation step-by-step guide for community-based organizations focused on pedestrian safety programming found in NHTSA's Countermeasures That Work and other evidence-based safety countermeasures to help end users select effective, science-based pedestrian safety countermeasures to address highway safety problem areas in their communities.

Capabilities:

The Contractor shall have the capabilities 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.

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), which are necessary to collect and analyze information, identify information gaps; develop and test content, develop training, materials and resources on pedestrian safety.

More specifically, the Contractor shall:

  • The contractor will conduct an environmental scan of existing resources and materials related to effective pedestrian safety programming in order to identify gaps.
  • Develop an evidence-based implementation guide for community-based organizations focused on pedestrian safety programming found in NHTSA's Countermeasures That Work or other evidence-based programming to help select effective, science-based traffic safety countermeasures to address highway safety problem areas in their communities.
  • The step-by-step guide will provide a through how-to approach including but not limited to; assess community needs, identify partners, data sources, cost, time, evaluation, raising awareness, sustainability, ease, and affordability.
  • Incorporate evaluation of content into the planning process to explore reactions so that future efforts may be refined and improved to better meet community needs.

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:

  1. Company name, address, point of contact name, telephone, and email address.
  2. Data Universal Numbering System (DUNS) Number and Commercial and Government Entity (CAGE) Code.
  3. 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.
  4. If applicable, potential proposed teaming arrangements to include business size and classification of prime and subcontractors.
  5. GSA Federal Supply Schedule (FSS) Number (FSS must include NAICS code 541611 – Administrative Management and General Management Consulting Services
  6. Identify contracts your company has been awarded under NAICS code: 541611 – Administrative Management and General Management Consulting Services

Technical Capability:

  1. 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.
  2. Evidence of experience and past performance should include contracts/task orders from the past three (3) years similar in scope to this requirement.
  3. Examples must include contract numbers, project titles, dollar amounts, periods of performance, and Government points of contact (telephone numbers or email addresses).
  4. 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.
  5. Any data on previous contracts/task orders on personnel retention and succession planning.

Additional Information:

  1. 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.
  2. Validation of, or recommended NAICS codes for this effort.
  3. Validation of, or recommended contract type.
  4. Validation of, or recommended GSA vehicle
  5. In each potential areas of research, indicate any Small Business Subcontracting opportunities, as applicable.
  6. 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.

Contact Information

Contracting Office Address

  • OFFICE OF ACQUISITION MANAGEMENT 1200 NEW JERSEY AVE SE, ROOM W51-30
  • WASHINGTON , DC 20590
  • USA

Primary Point of Contact

Secondary Point of Contact

History