Motorcycle Safety App
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk is conducting a Sources Sought / Request for Information (RFI) to identify qualified and experienced sources for a Motorcycle Safety App. This initiative seeks a fully functional, military-ready smartphone application for compromised driving detection (SACD) to support the Naval Safety Command. The goal is to reduce avoidable driver behavioral errors caused by fatigue, thereby improving safety and readiness. Responses are due by Thursday, March 19, 2026, at 9 AM.
Scope of Work
The contractor will be required to design, build, and deliver a complete mobile-based compromised driving detection system. This includes software development, AI-driven behavior detection algorithms, on-device real-time processing, user feedback features, and backend support infrastructure. The application, known as SACD, will utilize existing smartphone sensors, integrate proprietary signal filtering, and embed on-device machine learning for fatigue and risk-level driving behavior classification. It must function on both Android and iOS platforms, include an intuitive UI/UX, and provide real-time feedback. Pilot deployment with Navy motorcycle riders for real-world testing and continuous integration based on user data are also part of the scope. The system must be production-ready, scalable, and comply with Section 508 accessibility standards.
Contract & Timeline
- Type: Sources Sought / RFI (Anticipated contract type: Firm, Fixed-Price)
- Duration: Anticipated base year + 3 option years
- Estimated Start: On or around July 1, 2026
- NAICS: 513210 (Software Publishers)
- PSC: 7A20 (IT and Telecom - Application Development Software)
- Response Due: March 19, 2026, at 9 AM
Set-Aside / Eligibility
This is a market research tool to ascertain interest, capability, and capacity from both small and large businesses. The Navy will use responses to determine if a small business set-aside is appropriate. If a small business set-aside is considered, at least two potential small business prime contractors must be capable of performing at least 50% of the effort. If not set-aside for small business, small business utilization will be considered.
Submission Requirements
Interested parties should submit a Statement of Capabilities, not exceeding 6 pages (12-point Times New Roman font), including:
- Full business name, CAGE code, and DUNS Number.
- Contact information (name, phone, email).
- Business size based on NAICS 513210.
- SAM.gov registration status.
- Domestic or foreign ownership details.
- Description of ability to support PWS sections 3 and 5, with relevant prior experience.
- If anticipating a small business set-aside, provide rationale for FAR 52.219-14 compliance (e.g., teaming arrangements, subcontracting percentages).
Additional Notes
This is not a Request for Proposal or a commitment to contract. The Government will not pay for information received. All requests for further information must be made in writing via email. Questions and answers will be posted as updates to the notice.