Technical Support for Highway Safety
SOURCES SOUGHT SOLICITATION NUMBER: 693JJ3-19-SS-0004 NOTICE TYPE: Sources Sought TITLE: Technical Support for Highway Safety MARKET RESEARCH: The Federal Highway Administration (FHWA) is conducting m... SOURCES SOUGHT SOLICITATION NUMBER: 693JJ3-19-SS-0004 NOTICE TYPE: Sources Sought TITLE: Technical Support for Highway Safety MARKET RESEARCH: The Federal Highway Administration (FHWA) is conducting market research to determine if there are interested, capable, and qualified offerors, especially small businesses, in the marketplace with the knowledge, skills, qualifications, and capability to perform the work described below. FHWA is contemplating making multiple Indefinite Delivery/Indefinite Quantity (ID/IQ) awards for program support activities to support the FHWA Office of Safety (HSA) programs. HSA is seeking to identify entities with the breadth and depth of expertise and resources capable of performing in all subject areas of the Statement of Work. PROGRAM BACKGROUND: One of the key responsibilities of the Federal Highway Administration's (FHWA) Office of Safety (HSA) is to develop and implement highway safety programs. The effective execution of this responsibility requires an integrated program development process which includes, but is not limited to, the following: feasibility studies, focus group meetings, development of technical reports, guidance, standards, and training; development of regulatory requirements; and outreach to industry. Seamless continuity and integration of these efforts is critical to achieve the highest possible reliability and effectiveness. HSA contains five safety-focused teams related to the following activities: Strategic Integration, Implementation and Evaluation, Safety Design, Safety Operations, and Data and Analysis Tools. This project will support the mission and related activities of HSA, its partners and customers. The mission of the Office of Safety is to exercise leadership throughout the highway community to make the Nation's roadways safer for all road users: developing, evaluating, and deploying lifesaving countermeasures; advance the use of scientific methods and data-driven decisions; foster a safety culture; and promoting an integrated, multidisciplinary approach to safety. This is accomplished through programs and initiatives of HSA, and/or of its partners, customers, and others (including other FHWA offices and Federal agencies, State and local government agencies, various public and private organizations and industries, the public, and when appropriate, other countries). The work described within provides a flexible approach that supports HSA and equips it to meet its current and future mission and priorities. This project consists of a continuous contractor-aided program under the overall management of the Government. The contractor will provide services involving engineering, programmatic, outreach, marketing, education, training, and administrative support. The objectives of road safety involve reducing the number of fatalities and serious injuries by reducing the number of crashes and mitigating the impacts during and/or after the crashes. The Office of Safety focuses on providing leadership, research, development, deployment and coordination for improving safety in the following areas: roadway departures, pedestrian and bicyclist safety, speed management, work zones, highway-rail crossings. The Office of Safety also undertakes initiatives and programs, including those of partners and customers, associated with road, vehicle, and road user improvements. Improving road safety involves the 4 Es (Engineering, Education, Enforcement and Emergency medical service) devices, and systems that can be developed based on data collection, analysis, and evaluations. REQUIRED CAPABILITIES: At a minimum, the Contractor shall demonstrate capability in the following areas: • Provide support, advice and expertise in the effective management and administration of programs and projects that advance safety management and operations. • Provide support, advice and expertise in understanding safety issues, research gaps, trends, and market dynamics. • Provide support, advice and expertise as required to staff in the development and application of knowledge and technology to promote safety. • Provide support, advice and expertise on emerging applications and technologies in Connected Vehicle (CV) and Vehicle to Infrastructure (V2I) safety. • Provide support, advice and expertise as required to staff the development of strategies, positions, documentation and support for policies, regulations and legislation. • Provide support, advice and expertise for communications activities, including market outreach, planning, organizing, presenting and documenting workshops and other meetings; briefings, papers, articles, publications, brochures, electronic media such as computer usable products, videos and distance learning technologies that demonstrate and deliver the products; technologies and guidance information to raise awareness, understanding, and the application of safety management and operations concepts; development of content for social media platforms. • Provide support, advice and expertise for the development and use of data, data integration, analytic and technical tools, user interfaces, models, and interactive instruction to advance safety programs and research to improve those programs. • Provide support, advice and expertise for technology transfer, training and technical assistance programs to federal, state and local transportation professionals to facilitate application, implementation, and analysis of safety activities. • Provide support, advice and expertise as required to staff for program assessment of safety programs, research and projects; including project evaluation, performance measurement, finance, and process improvement related to safety programs. • Provide market research with stakeholders (such as interviews and focus groups). • Provide support, advice and expertise for research, necessary studies and evaluations, technical reports, case studies and other technical assistance, conducting studies, and developing technical reports/case studies to address recommendations and requirements from partner and oversight organizations such as Government Accountability Office, Office of Inspector General, National Transportation Safety Board, Office of Management and Budget, National Highway Traffic Safety Administration, etc. The anticipated period of performance will be for one year with four option years. It is estimated that approximately $6.2 million in orders will be placed each year. Refer to the attached draft statement of work for further information. The FHWA is seeking to identify firms, and specifically small businesses, that have the capability to meet all the Government's requirements in the attached Draft Statement of Work. The identified North American Industry Classification System (NAICS) Code is 541990, All Other Professional, Scientific and Technical Services, with a Small Business Size Standard of $15.0 million. All potential sources, regardless of whether they are large or small in accordance with the NAICS size standard, are encouraged to submit a capabilities statement in response to this source sought. SUBMISSION DETAILS (CAPABILITY STATEMENTS): Interested businesses shall only submit responses electronically to the Contract Specialist, Rob Miller, in Adobe Portable Document Format (PDF) at Rob.Miller@dot.gov no later than 12:00 pm Eastern Standard Time on Monday, January 14, 2019. No phone or email solicitations with regard to the status of the Request for Quotation (RFQ) will be accepted prior to its release. All data received in response to this source sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted nor will marketing materials, slide presentations, or technical papers. Interested businesses should submit a brief capabilities statement package (no more than three one-sided, 8.5x11inch pages in length with font no smaller than 10 point) demonstrating the ability to perform the services listed in this notice. Vendor responses shall address the following: 1. Vendor Name, Company Address, and Point(s) of Contact including name, telephone number(s), fax number(s), and email address(es). 2. Respondents to this notice also must indicate whether they are a large business or qualify as a Small Business (SB), Small Disadvantaged Business (SDB) certified under the SBA 8 (a) Program, Women-Owned Small Business (WOSB), HUBZone Small Business (HUBZone), or Service-Disabled Veteran Owned Small Business (SDVOSB) Concern.Vendor profile to include number of employees, annual revenue history (average over the last three completed fiscal years), office location(s), DUNS number, and a statement regarding current small/large business status. 3. The knowledge, skills, qualifications, and capability to perform the requirements in the attached draft Statement of Work. 4. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, federal customers, indication of whether as a prime or subcontractor, contract amount, Government point of contact with current telephone number, and a brief description of how the referenced requirement relates to the services herein. 5. Identify GSA Schedules and SINs that you hold that encompass/cover the above expertise areas. 6. Include the schedule contract number and contract period of performance indicating if the contract has remaining options. 7. Vendor's ability to begin performance upon contract award. All responses must be sufficient to permit agency analysis to determine bona fide capability to meet requirements. Primary Point of Contact: Rob Miller, Contract Specialist Email: Rob.Miller@dot.gov Phone: 202-366-9167 Secondary Point of Contact: Jeff Martin, Contracting Officer Email: Jeffrey.D.Martin@dot.gov Phone: 202-366-1323 DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »