STATE OF NORTH CAROLINA
DEPARTMENT OF TRANSPORTATION
Division of Motor Vehicles
Refer ALL inquiries regarding this RFP to:
Thomas J. Busshart
tjbusshart@ncdot.gov
REQUEST FOR PROPOSAL: 54-12024026-TB
Offers will be publicly opened: February 10, 2023
Issue Date: December 9, 2022
Commodity Number: 4323
DESCRIPTION: NOTICE & STORAGE SYSTEM
Purchasing Agency: Department of Transportation
Requisition No.: 12024026
OFFER
The Purchasing Agency solicits offers for Services and/or goods described in this solicitation. All offers and
responses received shall be treated as Offers to contract as defined in 9 NCAC 06A.0102(12).
EXECUTION
In compliance with this Request for Proposal, and subject to all the conditions herein, the undersigned offers and
agrees to furnish any or all Services or goods upon which prices are offered, at the price(s) offered herein, within
the time specified herein.
Failure to execute/sign offer prior to submittal shall render offer invalid. Late offers are not acceptable.
OFFEROR:
STREET ADDRESS:
P.O. BOX:
ZIP:
CITY, STATE & ZIP:
TELEPHONE NUMBER: TOLL FREE TEL. NO
PRINT NAME & TITLE OF PERSON SIGNING:
FAX NUMBER:
AUTHORIZED SIGNATURE:
DATE:
E-MAIL:
Offer valid for ninety (90) days from date of offer opening unless otherwise stated here: 120 days
ACCEPTANCE OF OFFER
If any or all parts of this offer are accepted, an authorized representative of Purchasing for Department of
Transportation shall affix its signature hereto and any subsequent Request for Best and Final Offer, if issued.
Acceptance shall create a contract having an order of precedence as follows: Best and Final Offers, if any,
Special Terms and Conditions specific to this RFP, Specifications of the RFP, the Department of Information
Technology Terms and Conditions, and the agreed portion of the awarded Vendor’s Offer. A copy of this
acceptance will be forwarded to the awarded Vendor(s).
FOR PURCHASING AGENCY USE ONLY
Offer accepted and contract awarded this date
, as indicated on attached certification,
by
(Authorized representative of Purchasing, Department of Transportation).
Page 0 of 62
Rev. 2022.02.15
Table of Contents
1.0 ANTICIPATED Procurement Schedule ................................................................................................... 2
2.0 Purpose of RFP ...................................................................................................................................... 3
2.1 Introduction ......................................................................................................................................... 3
2.2 Contract Term ..................................................................................................................................... 3
2.3 Contract Type...................................................................................................................................... 5
2.4 Agency Background ............................................................................. Error! Bookmark not defined.
2.5 PROBLEM Statement........................................................................... Error! Bookmark not defined.
3.0 RFP requirements and Specifications ..................................................................................................... 6
3.1 General requirements and Specifications ............................................................................................ 6
3.2 Security Specifications ........................................................................................................................ 6
3.3 Enterprise Specifications ..................................................................................................................... 7
3.4 Business and Technical Requirements................................................................................................ 8
3.5 Business and Technical Specifications ................................................................................................ 8
4.0 Cost of Vendor’s Offer........................................................................................................................... 19
4.1 Offer Costs ........................................................................................................................................ 19
4.2 Payment Schedule ............................................................................................................................ 19
5.0 Evaluation ............................................................................................................................................. 19
5.1 Source Selection ............................................................................................................................... 19
5.2 Evaluation Criteria ............................................................................................................................. 20
5.3 Best and Final Offers (BAFO) ............................................................................................................ 20
5.4 Possession And Review .................................................................................................................... 20
6.0 Vendor Information and Instructions...................................................................................................... 20
6.1 General Conditions of Offer ............................................................................................................... 20
6.2 General Instructions for Vendor ......................................................................................................... 21
6.3 Instructions for Offer Submission....................................................................................................... 23
7.0 Other Requirements and Special Terms ............................................................................................... 25
7.1 Vendor Utilization Of Workers Outside of U.S.................................................................................... 25
7.2 Financial Statements ......................................................................................................................... 25
7.3 Financial Resources Assessment, Quality Assurance, Performance and Reliability .......................... 26
7.4 Vendor’s License or Support Agreements ......................................................................................... 26
7.5 Resellers ........................................................................................................................................... 26
7.6 Disclosure Of Litigation...................................................................................................................... 26
7.7 Criminal Conviction ........................................................................................................................... 27
7.8 Security and Background Checks...................................................................................................... 27
7.9 Assurances ....................................................................................................................................... 27
7.10 Confidentiality of offers ...................................................................................................................... 28
7.11 Project Management .......................................................................................................................... 28
7.12 Meetings ............................................................................................................................................ 28
7.13 Recycling and Source Reduction ....................................................................................................... 28
7.14 Special Terms and Conditions ........................................................................................................... 28
Attachment A: Definitions ................................................................................................................................ 29
Attachment B: Department of Information Technology Terms and Conditions ................................................. 30
Attachment C: Agency Terms and Conditions ................................................................................................. 53
Attachment D: Description of Offeror ............................................................................................................... 54
Attachment E: Cost Form ................................................................................................................................ 56
Attachment F: Vendor Certification Form ......................................................................................................... 57
Attachment G: Location of Workers Utilized by Vendor.................................................................................... 58
Attachment H: References............................................................................................................................... 59
Attachment I: Financial Review Form .............................................................................................................. 60
Page 1 of 62
Rev. 2022.02.15
1.0 ANTICIPATED PROCUREMENT SCHEDULE
The Agency Procurement Agent will make every effort to adhere to the following schedule:
Action
RFP Issued
Written Questions Deadline
State Agency’s Response to Written Questions/
RFP Addendum Issued
Offer Opening Deadline
Offer Evaluation
Oral Presentations and/or Product Demonstrations by
Finalist(s)
Negotiations with Finalist(s)
Best and Final Offers Deadline from Finalist(s)
Contract Award
Protest Deadline
Responsibility
Agency
Potential Offerors
Agency
Vendor(s)
Agency
Selected Offerors
Agency designees and
selected Offeror(s)
Selected Offerors
Agency
Responding Offerors
Date
12/09/2022
1/06/2023
1/25/2023
2/10/2023
TBD
TBD
TBD
TBD
TBD
15 days after
award
Page 2 of 61
Rev. 2022.04.25
2.0 PURPOSE OF PROCUREMENT
2.1 INTRODUCTION AND BACKGROUND
The North Carolina Department of Transportation (NCDOT), Division of Motor Vehicles (DMV) License & Theft
Bureau (L&TB) Notice & Storage (N&S) Unit requires an end-to-end technology solution to replace the current
Notice & Storage in-house MS® Access application and to automate current manual processes that manage and
track requests from businesses and individuals reporting abandoned vehicles and unpaid storage, towing, and
repair bills.
The issues L&TB are seeking to resolve are:
a. Backlogs, due to manual processing of forms
b. Management of mail (print, fold, insert, seal and post each letter manually and from having to
physically take mail to the post office)
c. Inaccurate Tracking, due to large volume of hard copies
d. Customer Complaints, due to backlog and high call volume
e. High Staff Turnover, due to customer complaints and high-volume, tedious work
f. High Liability, due to potential lawsuits filed by citizens because of substantial storage fees
incurred from backlogs and delayed processing.
In addition, this solicitation requires ongoing operations support and maintenance.
The solution may be a single or an integrated solution with the selected vendor responsible for coordinating with
any third-party vendors and internal NC Department of Information Technology (DIT) systems.
The North Carolina Department of Transportation, Division of Motor Vehicles License & Theft Bureau (L&TB)
enforces all state and federal laws that regulate motor vehicle operations, sales, inspection, maintenance, and
auto theft. The Bureau responsibilities include fraud prevention, dealer services, notice and storage, vehicle
safety and emissions inspections, vehicle examinations and verifications, identity theft, field operations, internal
affairs, and administration.
The North Carolina DMV License & Theft Bureau Notice and Storage process is mandated and requires action
for a vehicle repair garage, towing company, or individual in order to sell an abandoned vehicle. Completion of
the process includes the submission, review, and mailing of a series of supporting documents from both the
lienor and L&TB employees.
Currently, the L&TB Notice & Storage (N&S) unit relies heavily on labor-intensive manual processes which are
error-prone and present a lengthy cycle time that may contribute to backlogs. The NST (Notice, Storage, and
Theft) application processes required notices for Unclaimed Vehicles, Speeding to Elude, and DWI seizures. On
a monthly basis, the N&S unit processes mailing volumes ranging up to 2,500 certified and 5,000 first class
letters. The staff is challenged with the manual processing of payments received from the garages and storage
facilities for the service fee required to request the sale of abandoned vehicles.
The N&S unit workflows include 19 different forms. Most of these are paper forms and handled manually. There
is limited capability for two of the forms to be submitted online, but paper versions of these same forms are still
submitted by some requesters. One of those two forms requires a fee to be submitted before it can be
processed, which frequently results in the need to manually track forms and payments on a spreadsheet.
Currently a third-party is providing an online payment function. The N&S unit currently receives daily between
75-100 forms requiring fee submittal.
The process workflow defines which forms and correspondence are sent and received, and in which order.
Much of this work is tracked manually.
In the workflow diagrams below, External users (also referred to as Requesters) refers to businesses such as
towing companies, repair garages, storage facilities or any person or entity reporting either an abandoned
vehicle or a vehicle against which they have liens for unpaid services. Internal users refers to any authorized
DMV employee who has a need to access the system, primarily N&S employees.
Page 3 of 61
Rev. 2022.04.25
Start
A
Externa User
(Requester) sends in
paper form (report
abandoned vehicle)
N&S User manually
enters data in N&S
database
N&S User checks
VIN in NC system
(STARS)
N&S User manually
enters owner/
lienholder info in
N&S database
N&S User logs into
external apps,
checks for add l
owner/lienholder
info
N&S User logs into
external apps,
checks for stolen
status
N&S User creates
correspondence
(certified & first
class) to owners/
lienholders, prints,
stuffs, mails
A
Vehicle
registered in NC?
yes
no
yes
Add l owners/
lienholders?
Vehicle stolen?
no
no
yes
N&S User creates
correspondence to
requester, prints,
stuffs, mails
End
Figure 1 – Notice & Storage As-Is Workflow – Part 1
N&S User tracks
owners/lienholders
resp onse
Requester submits
court order to N&S
N&S manually
records hearing
result, sends form to
Requester
Requester submits
notice of intent to
sell vehicle
N&S User enters
data into database
Requester sells
vehicle
End
Owners/
Lienholders no
resp onded?
yes
Hearing held
Did they request
hearing?
yes
no
Figure 2 – Notice & Storage As-Is Workflow – Part 2
Although not leveraged in the existing N&S manual process, DIT currently uses, and operates a document
management system composed of Microsoft SharePoint as the repository for document and image files and
OpenText Intelligent Capture, formerly known as OpenText Captiva InputAccel, for document capture
(scanning). NC DOT/DMV users utilize SharePoint for searching and viewing documents and some DMV line of
business applications use it for context sensitive searching and linking of documents. Apart from basic scanning,
indexing and SharePoint export functions the OpenText software also offers capabilities for advanced Optical
Character Recognition (OCR) and Intelligent Character Recognition (ICR).
2.2 CONTRACT TERM
A contract awarded pursuant to this RFP shall have an effective date as provided in the Notice of Award. The
term shall be three (3) year(s), and will expire upon the anniversary date of the effective date unless otherwise
stated in the Notice of Award, or unless terminated earlier. The State retains the option to extend the
Agreement for two, twenty-four (24) month periods at its sole discretion.
2.2.1 EFFECTIVE DATE
This solicitation, including any Exhibits, or any resulting contract or amendment shall not become effective nor
bind the State until the appropriate State purchasing authority/official or Agency official has signed the
document(s), contract or amendment; the effective award date has been completed on the document(s), by
the State purchasing official, and that date has arrived or passed. The State shall not be responsible for
reimbursing the Vendor for goods provided nor Services rendered prior to the appropriate signatures and the
arrival of the effective date of the Agreement. No contract shall be binding on the State until an encumbrance
of funds has been made for payment of the sums due under the Agreement.
Page 4 of 61
Rev. 2022.04.25