SOLICITATION NOTICE
R -- Develop, Test, and Evaluate a Protocol of Activities and Strategies to Increase Safety Belt Use in Tribal Communities.
- Notice Date
- 3/15/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- BIA/OFMC; ACQUISITION SERVICES; 1001 INDIAN SCHOOL NW, ROOM 347; ALBUQUERQUE, NM 87104
- ZIP Code
- 87104
- Solicitation Number
- RMK62060001
- Response Due
- 4/14/2006
- Archive Date
- 4/15/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, RMK62060001, is issued as a Request for Quotes (RFQ) under test procedures of FAR 13.5. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition 2005-06. The North American Industry classification (NAICS) code is 541990 and the business size maximum is $6.5 Million. This requirement is set aside for small businesses. STATEMENT OF WORK: This office is requesting quotes on the following item: 0001 Develop, Test, and Evaluate a Protocol of Activities and Strategies to Increase Safety Belt Use in Tribal Communities in accordance with the following Scope of Work: BACKGROUND: The Bureau of Indian Affairs (BIA), Division of Safety and Risk Management?s Indian Highway Safety Program (IHSP) has funded many Tribal programs and projects aimed at occupant protection through the years. Current experiences have not generated as much success as hoped. A sample of 18 reservations and 151 observation sites has been developed. Preliminary survey results show safety belt use rates ranging from a low of about 9 percent to a high of 85 percent. There is a need to develop an occupant protection program that takes into consideration the independence and differences between the Tribes but builds on tribal similarities. To date, no one program has achieved the desired results. A model program that the Tribes could follow would bring about the best chance for a successful project with measurable outcomes. Though NHTSA studies show enactment or a primary law, and enforcement of that law, is the proven methodology to increase safety belt use, Native America faces challenges to this approach. Tribal Traffic Codes ? some nations have a Tribal primary law in a State with a secondary law or vice versa, some have adopted the State?s law, and others have no safety belt law. Tribal Codes also vary by who can be cited for a violation-most only apply to Tribal members living on the reservation. Tribal enforcement and judicial issues are complex, including authority, jurisdiction and political oversight which may make it more difficult to enforce the law and/or may incur reluctance by officers to write traffic tickets. Tribal communities are less engaged in coordinated national, State and local safety belt enforcement campaigns such as the Operation ABC (America Buckles Up) Mobilizations, Click It or Ticket, due to a variety of factors including limited resources, limited manpower, and lack of community support for strong enforcement. While these types of campaigns are proven to be successful in increasing safety belt use, the concept has not been fully embraced in Native America and/or traditional program delivery systems have not been able to reach the Tribal communities. The goal of this project is to help Tribes increase safety belt and child safety seat usage rates on their respective reservations in order to lower the injury and fatality rates. OBJECTIVE 1: a) Research and develop a protocol of activities to be tested, in not less than two Tribal community settings, based on state of the art proven strategies; b) develop a demonstration grant solicitation in cooperation with BIA IHSP adaptable to Tribal community environments. These demonstration projects will be funded separately by NHTSA. OBJECTIVE 2: Monitor, provide technical assistance, and evaluate two demonstration project sites over a two-year period. Work with the project directors in the selected demonstration sites to a) develop their specific project action and evaluation plans, and b) develop messaging and marketing tools to use in their project implementation. OBJECTIVE 3: a) Provide monthly progress reports; b) provide an interim evaluation report after first year implementation of demonstration projects with results and recommended adjustments for second year to refine and further test protocol implementation; and c) Upon completion of the demonstration projects, provide a comprehensive final evaluation report with recommendations for protocol implementation/revision/replication in other Tribal communities. OBJECTIVE 4: Prepare a ?How to? implementation guide, with recommended protocol activities for Tribal Program representatives interested in conducting effective safety belt use programs in their communities. The following resources and references contain information relevant to this demonstration project and may be located at the websites shown or by sending a fax request to NHTSA?s Communication Services Division at (202) 493-2062: 1. ?Operation ABC: America Buckles Up Children Mobilizations and Click It or Ticket,? at www.buckleupamerica.org and www.nsc.org/airbag.htm, 2. ?Achieving a High Belt Use Rate: A Guide for Selective Traffic Enforcement Programs,? at www.nhtsa.dot.gov/people/injury/research/ACHIEVE.pdf, 3. ?Evaluation of Click It or Ticket Model Programs,? www.nhtsa.dot.gov./people/injury/airbags/clickit_ticket/ 4. Safe Communities Service Center, at www.nhtsa.dot.gov/safecommunities/ServiceCenter/csc/csc.htm, 5. Item # 5P0026 Safe Communities folio package, at www.nhtsa.dot.gov/safecommunities, and 6. Item # 1P1239 Partners for Rural Traffic Safety Action Kit at www.nhtsa.dot.gov/people/injury/airbags/ruralsafety/index.html. QUALIFICATIONS OF EXPERT PROVIDER: Knowledge, skills and abilities required of expert provider: 1. Provider must have ability to conduct the research, project development, oversight monitoring and evaluation called for in this solicitation. 2. Provider must have knowledge and understanding of issues and challenges regarding safety belt use. 3. Provider must have knowledge and understanding of the Native American cultures, Tribal government and community infrastructures, and Tribal traffic safety issues and/or programs. RESPONSIBILITIES OF PROVIDER: 1. Identify strategies that have been used in the past on reservations. 2. Note the successes or lack thereof. 3. Identify and design strategies that have the best chance of success on reservations. 4. Pilot test the strategies. 5. Adjust the strategies as needed. 6. Evaluate the pilot strategies. 7. Finalize a set protocol of recommended strategies. TIMELINE: 1. The provider must be able to provide services beginning by or before May 1, 2006, for a period of performance one year with two one-year option periods. Closing Date of Quote is April 14, 2006 10:00 AM local time. Contractors may fax their responses to (505) 563-3030. Please include your TAX ID Number, CAGE Number (www.ccr.gov) and DUNS Number when submitting your quote. The following FAR Provisions/Clauses apply to this request for quotation and are incorporated by reference: FAR 52.212-4 Contract Terms and Conditions ? Commercial Items. Offerors must include a completed copy of the provision 52.212-3, Offeror Representations and Certification/Commercial Items with their quote. A copy of this provision may be obtained at www.arnet.gov or contact the Contracting Officer to receive a copy. Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given if full text. Upon request, The Contracting Officer will make their full text available (End of Provision). The provisions at FAR 52.212-1 Instructions to Offerors ? Commercial Items, FAR 52.212-3 Offeror Representations of Certifications all apply to this acquisition. The clauses at FAR 52.212-2; Clauses Incorporated by Reference, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.219-14, Limitations on Subcontracting, FAR 52.222-3 Convict Labor, FAR 52.233-3 Protest after Award, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.225-1 Buy American Act-Balance of Payments Program-Supplies, FAR 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program, FAR 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.225-15 Sanctioned European Union Country End Products, FAR 52.232-36 Payment by Third Party, FAR 52.239-1 Privacy or Security Safeguards, FAR 52.214-64 Preference for Privately owned U.S. Flag Commercial Vessels, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Disabled Veterans of the Vietnam Era, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52.243-1 Changes Fixed Price (Alt I), FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.222-41 Service Contract Act of 1965 (as amended), FAR 52.242-15 Stop Work Order, FAR 52,242-17 Government Delay of Work, Department of the Interior Acquisition Regulation (DIAR) 1452.226-70 Indian Preference, DIAR 1452.226-71 Indian Preference Program, DIAR 1452.204-70 Release of Claims, FAR 52.211-16 Variation in Quantity, FAR 52.211-17 Delivery of Excess Quantities. All responsible small business sources may submit a response which, if timely received shall be considered by the agency. FAR 52.212-2, Evaluation. The Evaluation Factors are in descending order of importance. All evaluation factors other than cost or price, when combined are significantly more important than cost or price. The Evaluation Factors are: 1) Technical Capability 1a: Technical Approach: Describe your technical approach to accomplish each of the objectives delineated in the SOW. 1b: Past Experience: List contracts that are of comparable size, complexity and similar. 2) Price: Provide the lump sum cost with a breakdown of cost categories for each year of the project. 3) Past Performance: List recent and relevant contracts for the same or similar items, contract numbers, points of contacts with telephone numbers and other relevant information. Award will be based on the Best Value to the Government, overall acceptable quote, as submitted by a responsible offeror and ability to provide the above requirements. Quotes will be submitted in writing and signed by an individual with the authority to bind their respective company; electronic submissions via fax are acceptable. You may mail your quote to BIA-OFMC-Acquisition Services, Attention: Curtis D. Wilson, 1001 Indian School Road NW, Room 347, Albuquerque, NM 87104, or you may fax your quote to (505) 563-3030.
- Record
- SN01007161-W 20060317/060315212514 (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 |