Federal Bid

Last Updated on 30 Jan 2019 at 4 PM
Sources Sought
Location Unknown

Vehicle Telematics

Solicitation ID 75D301-19-R-67877
Posted Date 30 Jan 2019 at 4 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Procurement And Grants Office (Atlanta)
Agency Department Of Health And Human Services
Location United states
THIS IS NOT A SOLICITATION. This is a Request for Information (RFI)/Sources Sought notice issued in accordance with FAR 15.201(e) to conduct market research. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. The Centers for Disease Control and Preventions (CDC) is not, at this time, seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested vendor's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions become Government property and will not be returned. This announcement is based upon the best information available and is subject to future modification.

Overview:
The Centers for Disease Control and Prevention (CDC), has a requirement for approximately 300 vehicle monitoring systems, support items, and related services to track, monitor, and report the operation of owned and leased vehicles for CDC. These Government Owned Vehicles are located primarily in Atlanta, Ga metro area, and Pittsburg, PA.

REQUIREMENT/TASKS:
1) The vendor must understand the Federal Information Security Management Act (FISMA) and be able to obtain an Authority to Operate (ATO) through the Certification and Accreditation (C&A) process.
2) The contractor will provide a proven comprehensive integrated video based solution that includes but not limited to a complete, managed services, a project manager, with quarterly program reviews and a reporting structure that delivers analytics and trends that drive priorities and results.
2) The contractor will have the ability to provide advanced safety scores.
3) The device must have multi-input safety triggering, speed, top speed and posted roadway speed, hard brake, rapid acceleration, bump, and turn.
4) The device must capture and record an event triggered by a force on the vehicle that exceeds preset user-defined settings.
5) The device will simultaneously monitor and capture both forward and rear views with the capability to view the downloaded event as either front only, rear only, or a combination of both views.
6) The captured event will be available in a non-proprietary digital format capable of playback and viewing with common Microsoft programs.
7) The captured event will be stored in the device on internal memory media to be downloaded later via wireless and wired transmission.
8) The captured event will display the forward exterior view and the rear interior and beyond view in full color with accompanying audio to include infrared enhancement for low light/night viewing.

9) The captured event shall include a minimum of 10 to 15 seconds, with a minimal 752 x 548 with a frame rate of 10 fps
10) The captured video clip will include the vehicle label, vehicle type, date/time of the event, with location.
11) The device shall have the capability to manually trigger an event with a secured capability to turn this feature on and off.
12) The device shall be capable of being powered "on" at any time by power supplied by the vehicle battery. The device will have limited internal backup power to provide uninterrupted recording in the event of vehicle power loss during a collision or other incident.
13) The device shall record vehicle power loss as an event.
14) The device shall have sufficient memory media storage capacity to save at least 12 events before overwriting would occur until next upload. Only an event of greater force would overwrite a previously recorded event.
15) The device will visibly indicate when an event is saved, when a download function is complete, and when the device is malfunctioning.
16) The contractor shall provide software and software license with no restrictions on the use of the event capture device with software upgrades.
17) Software upgrades shall be sent to devices via cellular transmission whenever possible. Upgrades requiring device disassembly or cable connection will be the responsibility of the contractor to visit the government sites.
18) The event capture device shall be tamper, disable, and removal resistant.
19) Primary means to download a captured event shall be accomplished via cellular transmission from the device to a server at the vendor's location with no requirement to remove the device from the vehicle.
20) Captured event downloading, viewing, and editing will be restricted to authorized personnel.
21) The downloaded events shall have the capability of being converted and exported to a common audio video interleave (AVI) MP4 or similar format that can be played on any Windows computer using Windows Media Player software.
22) The downloaded events will be automatically entered in a database designed to capture data about the events.
23) Contractor shall provide driver side window stickers warning drivers vehicle is monitored.
24) Vehicle data recorders must have Cellular transmission, and infrared or other low illumination lighting for inside view at night, minimum 120-150 degree view on each lens.
25) Must be compatible with 12VDC and 24VDC vehicles with fault indicators.
26) Device must be capable of storing videos clips in memory for field trips with extended periods between downloads
27) The event capture device shall have the following specifications/options, Adjustable wide angle rear view lens, Reliable and ubiquitous cellular coverage, Power management to include timed voltage and/or shutdown, Secure cellular transmission of event clips, and Intelligent triggering algorithms to prevent false positives.
28) The contractor shall provide a detailed analysis of devices currently activated versus devices that are disabled and/or not functioning along with currently billing, via monthly reports. The report will be submitted to CDC at the end of each month via emails.
29) The contractor must have the ability to identify risky driving and not overload with false positives.
30) Authorized personnel shall have option of entering and editing data about the event while viewing the linked video of the event. The database function and reporting shall facilitate the quick review of information such as location, driver/vehicle performance, date of event, time of event, severity of event, and vehicle identification along with device serial number.
31) Vehicles managed by the CDC require GPS vehicle data capture & transmitting devices to track, monitor, and report vehicle performance, location and operation. Minimum specifications include, but not limited to, the following:
32) Device shall operate with GPS for tracking/location purposes and with cellular service for the transmission of data to a central server. Contractor shall provide a web based system and access to view vehicle data downloaded to the central server
33) Contractor shall provide the cellular service for data transmission.
34) Contractor shall provide a minimum of seven (50) web access user accounts to access the information downloaded from the vehicles (Web access shall be encrypted with 128-bit SSL or better).
35) Contractor shall stay compatible with Internet Explorer and keep pace with the CDC as it upgrades Internet Explorer, currently Internet Explorer 11.
36) Devices shall connect to the vehicle's onboard diagnostic computer for 1996 or newer vehicles, including light, medium, and heavy-duty vehicles.
37) The devices shall have reliable capability to track/locate (GPS service) and communicate (cellular service) in and around the following Continental United States and territories.
38) The device shall have data storage and transmit delay capability for when the vehicle is out of cellular service areas permitting no loss of data.
39) The device shall have the minimum capability to track and record vehicle location and speed every two (2) minutes.
40) The device shall provide the fuel consumption (miles per gallon).

41) The device shall provide the odometer readings.
42) The system shall provide service alerts from the on-board computer as they happen in real time.
43) The system shall have the capability to track and reconstruct vehicle travel, stops, map of the triggered event, along with a crumb trail.
44) The device shall have the capability to monitor and report engine idling time.
45) The device shall have the capability to monitor and report trip details such as drive time, stops, and time of day.
46) The system shall provide email alerts when user defined geo-fence parameters are exceeded relating to miles per hour limits and areas of operation limits.
47) The device shall be small enough to fit under rearview mirror and/or have the ability to be mounted on the dashboard.
48) Unit shall shut down (sleep mode) when the vehicle is not in use, to prevent vehicle battery drain.
49) Web access shall support customer exportable reports (Excel format only). Available reports shall include at a minimum: inventory, mileage, speed, location, performance problems/alerts, geo-fences, current devices billing, standby device not billing, fuel usage, engine idle time, trip information, and hours of operation.
50) System shall provide automated daily email notification of violations of defined reporting parameters. The notification shall be sent via email to government identified addresses. It shall be a user defined notification system (the Government will set the trigger parameters).
51) Contractor shall supply the central server and web site access for information download.
52) Contractor shall provide the ability to access the vehicle speed and other data history for a minimum of six months.
53) Contractor shall provide system upgrades as technology change and upgrades become available. These upgrades shall be provided for the duration of the awarded contract.
54) Access security shall be implemented to prevent unauthorized access, downloading, viewing, and editing. Contractor shall provide program management and oversight along with monitoring, with 24/7 technical support consisting of a client services team ensuring successful deployment and maintenance throughout the term of the contract.
55) Contractor shall provide a device that plugs into the OBDII port for the vehicle to be monitor by the performance of the engine and major components, including individual emission controls. The system shall provide CDC with an early warning of malfunctions.
56) It is anticipated that the resulting contract will be for a base period of one (1) year with four (4) one (1) year option periods.
57) Must adhere to the security controls outlined in the National Institute of Standards and Technology (NIST) Special Publication 800-53, Recommended Security Controls for Federal Information Systems and Organizations (http://nvlpubs.nist.gov/nistpubs/SpecialPublications/NIST.SP.800-53r4.pdf) and NIST 800-53A, Guide for Assessing the Security Controls in Federal Information Systems and Organizations.

SPECIFIC RESPONSE INSTRUCTIONS:
Please submit your RFI response (capability statement) in accordance with the following:
(1) No more than 5 pages (excluding transmittal page). Include the name, email address and phone number of the appropriate representative of your company;
(2) Address if your firm has the capability to perform the repairs for the equipment listed above;
(3) Submit your response via email to: [email protected]
(4) Submit your response by 2:00 P.M. Eastern Standard Time on DATE 02/13/2019;
(5) Mark your response as "Proprietary Information" if the information is considered business sensitive;

NO MARKETING MATERIALS ARE ALLOWED AS A PART OF THIS RFI. The Government will not review any other information or attachments included, that are in excess of the 5 page limitation
Interested parties are requested to furnish the following information:
(1) Company name and address.
(2) Company point of contact name, telephone number, and email address.
(3) Company business size and status (i.e. Large Business, Small Business, Service Disabled Veteran Owned Small business, Woman Owned Small Business, etc.), the number of years in business, and affiliate information.
(4) If the company holds a Federal Supply Schedule (FSS) Contract list the GSA Contract Number and relevant SINS and indicate whether the requirements from this RFI are included under the FSS Contract or other government-wide contract (NITAAC, NASA-SEWP, etc.).
(5) Capabilities/Qualifications: A written response providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. Description of the capabilities, qualifications, and skills the company possesses to perform services described in the scope of the work.
(6) The CDC has identified the appropriate North American Industry Classification System (NAICS) code 541990

 

Bid Protests Not Available

Similar Past Bids

Camp lejeune North carolina 21 Sep 2016 at 4 PM
Tallahassee Florida 31 Oct 2019 at 4 AM
Location Unknown 24 Mar 2021 at 6 PM
Salt lake city Utah 15 Aug 2019 at 3 PM
Texas 21 Aug 2020 at 4 AM

Similar Opportunities

Oklahoma 01 Aug 2025 at 4 AM (estimated)
Oklahoma 01 Aug 2025 at 4 AM (estimated)
Oklahoma 24 Jul 2025 at 7 PM
Columbus Ohio 15 Jul 2025 at 4 AM
Columbus Ohio 15 Jul 2025 at 4 AM