Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 14, 2026 SAM #8874
SOURCES SOUGHT

70 -- Motorcycle Safety App

Notice Date
3/12/2026 7:44:41 AM
 
Notice Type
Sources Sought
 
NAICS
513210 —
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018926MotorApp
 
Response Due
3/19/2026 6:00:00 AM
 
Archive Date
04/03/2026
 
Point of Contact
James Keegan
 
E-Mail Address
james.p.keegan7.civ@us.navy.mil
(james.p.keegan7.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Request for Information (RFI)/Sources Sought Notice: This is a Request for Information (RFI)/Sources Sought Notice in accordance with Federal Acquisition Regulation (FAR) 52.215-3 � Request for Information or Solicitation for Planning Purposes (OCT 1997). It constitutes neither a Request for Proposal nor an Invitation for Bid. It does not restrict the Government to an ultimate acquisition approach. This RFI/Sources Sought Notice IS NOT A SOLICITATION or an expression of intent to issue a solicitation of any kind in the future. It should not be construed as a commitment by the Government for any purpose other than to gain the information requested. Interested parties are encouraged to respond to this RFI/Sources Sought Notice. The Government will not pay for information, materials, and/or demonstrations received in response and is in no way obligated to respondents by or for any information received. BACKGROUND, SCOPE, AND CAPABILITY REQUIREMENTS: This announcement constitutes a Sources Sought for information and planning purposes. Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk�s intent of this announcement is to identify qualified and experienced sources able to provide a fully functional, military-ready smartphone application for compromised driving detection in support of Naval Safety Command. Contractor will design, build, and deliver a complete mobile-based compromised driving detection system that can be deployed across motorcycle-riding service members. This includes software development, AI-driven behavior detection algorithms, on-device real-time processing, user feedback features, and backend support infrastructure � all aimed at driving measurable improvements in safety and readiness through a smartphone application for compromised driving (�SACD�). The goal of this initiative is to study the viability of a new technology for smartphone that will reduce avoidable driver behavioral errors caused by fatigue � thereby saving injuries, lives, trauma, property, costs, and maintaining operational impact � without the cost or problems associated with additional hardware/gear and to deliver a SACD which is ready for deployment and IAW the PWS. The anticipated contract type is Firm, Fixed-Price. This is a new contract. The anticipated period of performance is a base and 3 Options. The actual period of performance is anticipated to begin on or around 01 July 2026. The applicable North American Industry Classification System (NAICS) for this requirement is 513210, Software Publishers, and the product service code (PSC) is 7A20, It and Telecom- Application Development Software (Perpetual License Software). Again, THIS IS NOT A REQUEST FOR PROPOSAL. This is a market research tool. The input provided will help the Navy ascertain the interest, capability, and capacity of potential businesses both small and large. If you are an interested business, FLCN would appreciate your assistance in providing a Statement of Capabilities to include the following: 1) Full business name 2) Cage code and Duns Number of business 3) Name, phone number, and e-mail address of a company representative the Government may contact for additional information 4) Size of business [based on the applicable NAICS code] 5) Statement as to whether business is actively registered in the System for Award Management (www.sam.gov) 6) Statement as to whether business is domestically or foreign owned (if foreign owned, please indicate country of ownership) 7) Describe ability to support sections 3 and 5 of PWS. Include brief description(s) of any prior experiences that best illustrates your company�s qualifications related to performing the services in accordance with the PWS. If there is sufficient demonstrated interest and capability among small business contractors, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate, and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. If this effort is not set-aside for small business, small business utilization will be considered. Large and small businesses should provide a reasonable expectation for small business utilization as a percent of total contract value as well as supporting rationale for the recommended percentage. **Submissions are to be no more than 6 pages and no less than 12-point, Times New Roman font. ** Responses should be emailed to James Keegan james.p.keegan7.civ@us.navy.mil and Samantha Ballance at Samantha.a.miller77.civ@us.navy.mil by Thursday, March 19th, 2026 at 9AM. All requests for further information must be made in writing via email. Telephone requests for additional information will not be honored. All questions and answers regarding this RFI/Sources Sought Notice will be posted as updates to this notice. Disclaimer: This is not a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. The Navy will not assume liability for costs incurred by an attendee or for travel expenses or marketing efforts; therefore, attendee cost in response to this notice is not considered an allowable direct charge to the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/74e552ad410d42a1b6a6ac314f8d9a37/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07744138-F 20260314/260312230052 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.