Sources Sought: Vehicle Telematics System

Agency: DEPT OF DEFENSE
State: Federal
Level of Government: Federal
Category:
  • 63 - Alarm, Signal, and Detection Systems
Opps ID: NBD00159254202744617
Posted Date: Aug 17, 2023
Due Date: Aug 23, 2023
Solicitation No: FA4452-23_Telematics
Source: Members Only
Follow
Sources Sought: Vehicle Telematics System
Active
Contract Opportunity
Notice ID
FA4452-23_Telematics
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AMC
Office
FA4452 763 ESS
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Aug 17, 2023 04:27 pm CDT
  • Original Response Date: Aug 23, 2023 12:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Sep 07, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
Description

SOURCES SOUGHT ANNOUNCEMENT



The 763d Enterprise Sourcing Squadron (763 ESS) is seeking sources for a vehicle telematics system. This request is issued for information and planning purposes only.





CONTRACTING OFFICE ADDRESS:



763d Enterprise Sourcing Squadron (763 ESS)



510 POW/MIA Dr., Bldg P40



Suite E1004



Scott AFB, IL





INTRODUCTION:



This is a Sources Sought to determine the availability and technical capability of large and small businesses (including the following subsets: Small Disadvantaged Businesses, HUBZone Firms, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses, and Woman Owned Small Business) to provide the required products and/or services.



The 441st Vehicle Support Chain Operations Squadron (441 VSCOS) is seeking information for potential sources for a vehicle telematics system to meet the needs of the United States Air Force that is Federal Risk and Authorization Management Program (FedRAMP) certified and compliant with all Department of Defense (DoD) information system security and vulnerability testing requirements (valid, current Authority to Operate (ATO) from competent Air Force authority). The telematics solution provider must provide technical, information system security, training support, and web-based user interface. Vehicle On-board Diagnostic (OBD) connection devices/modems must use cellular technology to interface with web-based, Common Access Card (CAC) authentication, interactive information/location display system. Additionally, the telematics system service provider must provide life-time replacement warranty on telematics devices and 12-month cellular connection for each, be able to ship to Air Force vehicle management activity locations within the United States (CONUS, Alaska, Hawaii and Guam) per 441 VSCOS timelines.



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.





REQUIRED CAPABILITIES:



The 763 ESS is interested in the identification of capable sources for a contemplated contract to provide the following as outlined in Paragraph II of the Draft Statement of Work (SOW):




  • Provide specified number of Go9 modems (devices) with configurable GPS capability.

  • Limited Life-time warranty on all Go9 devices.

  • Provide harnesses for each modem.

  • 12-month service subscription for each.

  • Package and ship the appropriate hardware.

  • Full API (programmer) support through a software development kit.

  • Web and telephone-based service support for MyGeotab.

  • Technical assistance and support for devices and web-based services

  • Provide video-based training

  • Must maintain FedRAMP requirements and support authority to operate (ATO) upkeep





NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE:



The anticipated North American Industry Classification System Code (NAICS) for this requirement is 334511, with the corresponding size standard of 1,250 Employees.



To assist 763 ESS in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirement's areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement.



In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications.



Responses must demonstrate the company’s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14).



SUBMISSION DETAILS:



Responses should include:




  1. Company name and address

  2. Name of company representative and their business title, telephone number, e- mail address

  3. Commercial and Government Entity (CAGE) Code

  4. Data Universal Numbering System (DUNS) Number

  5. Anticipated teaming arrangements and CAGE Code (if applicable).

  6. Identify any major risks or unknowns that would hinder your ability to meet the requirement

  7. Any comments / concerns relating to the Draft SOW. Please indicate if there are any requirements that are too restrictive or not traditionally available in the marketplace? Any requirements that should be changed based on industry standards change?

  8. Whether or not you intend to submit a quote if an RFQ is posted

  9. Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.)

  10. Interested businesses should submit brief capabilities as it relates to supporting the above requirement. Capabilities statement must be no longer than five (5) pages utilizing size 12 font.

  11. Any other information deemed useful to the Air Force.

  12. State if your company is SAM registered under NAICS code 334511.

  13. State whether your firm is large, small business, small disadvantaged business (SDB), (a)-certified small business, historically underutilized business zone (HUBZone) small business, veteran-owned small business (VOSB), service- disabled veteran-owned small business (SDVOSB), woman-owned small business (WOSB) based upon NAICS code 334511.



Vendors who wish to respond to this should send responses via email NLT 12:00 PM Central Daylight Time (CDT) on 23 AUGUST 2023, to Captain James Barrett at james.barrett.21@us.af.mil.



Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned.



All government and contractor personal reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.


Attachments/Links
Contact Information
Contracting Office Address
  • AF NO MILBILLS PROC CP 6182569982 510 POW MIA DR
  • SCOTT AFB , IL 62225-5020
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 17, 2023 04:27 pm CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >