Field Operational Trial to Assess the Influence of In-Vehicle Displays and Driver Training
Solicitation number T8009-130044/A
Publication date
Closing date and time 2013/12/02 14:00 EST
Last amendment date
Description
File: T8009-130044/A Title: Field Operational Trial to Assess the Influence of In-Vehicle Displays and Driver Training on Driver Behaviour Description: Transport Canada and Natural Resources Canada are collaborating to undertake a field operational trial whose objective is to provide a better understanding of the potential of in-vehicle displays and driver training to encourage fuel efficient and safe driving. The field operational trial will assess how the type of information presented on an in-vehicle display affects fuel consumption and aggressive driving. The field operational trial must be planned for 100 participants that must be monitored for a period of six months. The selected contractor will need to answer the following questions: 1. Does the presence of a feedback display in the vehicle improve fuel consumption and safety behaviour? 2. How does the type of information displayed affect fuel consumption and safety behaviour? 3. How or does training impact driving behaviour? 4. How does both feedback and driver training impact driving behaviour? 5. Usefulness and potential distraction of the display and feedback information. Services are required from date of contract award and the completion of the contract, including collection, analysis, and reporting of the trial must be completed before March 31, 2015. The maximum funding available for the contract resulting from the bid solicitation is $200,000.00 (Goods and Services Tax or the Harmonized Sales Tax excluded, as appropriate). Mandatory Requirements: Bids will be technically evaluated in accordance with the evaluation criteria contained in the Request for Proposal. The following mandatory requirements have been identified: M1: Demonstrate experience performing data collection through questionnaires and statistical analysis of questionnaire responses within the last five years. The Bidder must provide a brief description of two successfully completed projects that demonstrate their experience. The description must clearly indicate: • The objective of the work; • The methodology used; • Description of the sample; • Some key considerations of the work; and, • Description of analysis performed. M2: Demonstrate experience in the use of electronic data acquisition equipment (eg. OBDII vehicle data logger) and analysis of large samples of data (greater than 1,000 individual values) within the last five years. The Bidder must provide a brief description of two successfully completed projects that demonstrate their experience (the same project used for requirement M1 may be used again here if applicable). The description must clearly indicate: • The objective of the work; • The methodology used; • Description of the sample; • Some key considerations of the work; and, • Description of analysis performed. The selection will be based on the highest responsive combined rating of technical merit and price. The ratio will be 90% for the technical merit and 10% for the price. Trade Agreements: This procurement is subject to the Agreement on Internal Trade (AIT). This procurement consists of Transport Research & Development services which are: Excluded from the application of the NAFTA as per Annex 1001.1b-2, Section B, Part A - Research and Development, all classes and not listed under the WTO-AGP. The Canadian Content policy applies to the requirement. The competition will be solely limited to suppliers who can offer Canadian goods and/or services as the Contracting Officer believes there exists, in the market place, three or more such suppliers. The Comprehensive Land Claims Agreements (CLCAs) are not applicable to this procurement, as Work will not be delivered to, nor conducted within CLCA areas. Intellectual Property: Canada will own the Intellectual Property Rights in Foreground Information as per 6.4.1 'the main purpose of the Contract and deliverables contract is to generate knowledge and information for public dissemination'. Inquiries: The Contracting Authority for the Contract is: François Pageau Supply Specialist Public Works and Government Services Canada Acquisitions Branch Science Procurement Directorate Place du Portage, Phase III, 11C1 11 Laurier Street Gatineau, Quebec K1A 0S5 Telephone: 819-956-3563 Facsimile: 819-997-2229 E-mail address: francois.pageau@tpsgc-pwgsc.gc.ca
Contract duration
Refer to the description above for full details.
Trade agreements
-
Agreement on Internal Trade (AIT)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Pageau, François
- Phone
- 819-956-3563
- Fax
- 819-997-2229
- Address
-
11 Laurier StreetGatineau, QC, K1A 0S5CA
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
Bidding details
Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
0000-francais-final.pdf | 001 |
French
|
6 | |
amendment001-fr.pdf | 001 |
French
|
0 | |
amendment001-en.pdf | 001 |
English
|
0 | |
0000-english-final.pdf | 001 |
English
|
32 |
Access the Getting started page for details on how to bid, and more.