Active SLED Opportunity · CALIFORNIA · SACRAMENTO AREA COUNCIL OF GOVERNMENTS

    CVR-SAFE Motorist Aid Call Answering Services

    Issued by Sacramento Area Council Of Governments
    localRFPSacramento Area Council Of GovernmentsSol. 244197
    Open · 8d remaining
    DAYS TO CLOSE
    8
    due May 2, 2026
    PUBLISHED
    Mar 24, 2026
    Posting date
    JURISDICTION
    Sacramento Area
    local
    NAICS CODE
    561422
    AI-classified industry

    AI Summary

    CVR-SAFE seeks proposals for a Motorist Aid Answering Center to handle calls from 511 and call boxes across seven California counties. The contract is for three years with two one-year extensions. The service ensures uninterrupted roadside assistance call answering as call boxes are removed by December 2026.

    Opportunity details

    Solicitation No.
    244197
    Type / RFx
    RFP
    Status
    open
    Level
    local
    Published Date
    March 24, 2026
    Due Date
    May 2, 2026
    NAICS Code
    561422AI guide
    Agency
    Sacramento Area Council Of Governments

    Description

    The Capitol Valley Regional Service Authority for Freeways and Expressways (CVR-SAFE) is seeking qualified proposals for contractor services to establish and operate a Motorist Aid Answering Center (MAAC) capable of answering 100% of the calls generated by the 511 Motorist Aid service and CVR-SAFE call box system, prior to removal. The contract term will be three years with potential for two (2) one-year extensions.

    Background

    The Capitol Valley Regional Service Authority for Freeways and Expressways (CVR-SAFE) was formed pursuant to Section 2550, et seq., of the California Streets and Highway Code for the purpose of implementing, maintaining and operating motorist aid services on freeways and State highways, including a roadside assistance system accessed via 511 in the following counties: the County of Sacramento; the County of Yolo; the County of Sutter; the County of Yuba; the County of El Dorado; and the County of San Joaquin.

    CVR-SAFE staffs and manages the greater Sacramento region’s motorist aid program, a cooperative effort that currently includes roadside assistance accessed via 511 and approximately 300 call boxes sites on about 750 miles of highway in a seven-county area. Roadside assistance accessed via 511 and call boxes, provide motorists in need with a direct link to the California Highway Patrol, Freeway Service Patrol services, and other motorist aid services via a private call answering service.

    The program is a joint venture of Sacramento, San Joaquin, Sutter, Yolo, Yuba, and El Dorado counties, which together operate CVR-SAFE. CVR-SAFE also currently manages the motorist aid system in Glenn County. It is financed by an annual $1 charge on all registered vehicles in the participating counties.

    CVR-SAFE will begin removing roadside and trailside call boxes in spring of 2026 with the total removal of all roadside and trailside call boxes scheduled for December 2026. Calls that come through the 511 Roadside Assist feature and roadside assistance calls to the remaining roadside call boxes must be answered.  Private call answering services are necessary to maintain the operations of the CVR-SAFE motorist aid system. This RFP and subsequent contract for motorist aid call answering services will allow services to continue without interruption.

    Project Details

    • Reference ID: FY26-18-RFP
    • Department: Transportation
    • Department Head: Kristina Svensk (Director of Transportation)

    Important Dates

    • Questions Due: 2026-04-04T00:00:00.000Z
    • Answers Posted By: 2026-04-18T00:00:00.000Z
    • Pre-Proposal Meeting: 2026-03-27T20:00:00.000Z — https://sacog-org.zoom.us/j/86983019843

    Addenda

    • Official Notice #1: Pre-Proposal Meeting Q+A (released 2026-04-18T02:41:00.163Z) —

      Please see the attached Attendees and Questions and Answers from the Pre-Proposal Meeting.

    Evaluation Criteria

    • Project Understanding (10 pts)

      Clear understanding of the background and requirements of the project.

    • Overall Project Approach (25 pts)

      The overall and technical approach to be followed and the tasks to be performed, including detailed steps, resources required, introduction of innovative or advanced strategies, and proposed project schedule.

    • Resource Allocation (20 pts)

      The relative allocation of resources, in terms of quality and quantity, to key tasks including the time and skills of personnel assigned to the tasks and consultant’s approach to managing resources and project deliverables.

    • Demonstrated Experience and Qualifications (30 pts)

      Overall education, experience, and qualifications of proposed personnel, including qualifications of the project manager and assurance of involvement in the project. This includes technical ability relevant to the scope of work in this RFP.

    • Cost Analysis and Justification (15 pts)

      Cost analysis related to calculation of task costs and overall justification of costs.

    Submission Requirements

    • Table of Contents and List of Proposal Documents Submitted (required)

      Required upload for this section:

      • Table of Contents
      • Itemized list of all proposal documents being submitted
    • Transmittal Letter & Conflict of Interest Statement (required)

      Transmittal Letter

      Name position title, business address, phone number, email, and electronic signature of an individual with authority to negotiate on behalf of and to contractually bind the Consultant, and who may be contacted during the period of proposal evaluation.

      Conflict of Interest Statement

      Proposers must disclose to CVR-SAFE any actual, apparent, or potential conflicts of interest that may exist relative to the services to be provided under Agreement for consultant services to be awarded pursuant to this RFP.

      If the consultant or firm has no conflict of interest, a statement to that effect must be included in this section. 

      Required upload for this section:

      • Transmittal Letter
      • Disclosure of any Conflict of Interest, or Statement of No Conflict of Interest
    • Acceptance of Standard Terms and Conditions (required)

      By submitting a proposal, proposers confirm that they have reviewed the standard terms and conditions as provided in the attached Sample Agreement, and accepts the terms and conditions with or without qualifications. 

      Any exceptions to CVR-SAFE's standard terms and conditions must be included with the proposal at time of submission for consideration. For any exception requested, rationale for the request, and a redlined/annotated Sample Agreement must be uploaded in this section. 

      Required upload for this section: 

      • Statement confirming that consultant has reviewed and accept the standard terms and conditions in the Sample Agreement, with, or without qualifications; and
      • A statement that they do not have exceptions to the terms and conditions, or
      • Rationale for exceptions, and a redlined/annotated sample agreement with requested changes.
    • Project Approach (required)

      Proposal must include a Project Approach narrative clearly describing the elements outlined below (Project Understanding, Technical Approach, Project Schedule, and Project Management)

      A. Project Understanding 

      Demonstrate an adequate understanding of this project, and the role and relationships of CVR-SAFE. Explain the consultant’s intended role as related to the role of CVR-SAFE.

      If the consultant proposes major changes to the project approach, those changes should be specified clearly.

      B. Project and Technical Approach

      Narrative of the proposed project approach. Must include a thorough but concise explanation of the consultant’s proposed course of action. References should be made to RFP requirements, includes the requirements listed below and the consultant’s plans for meeting those requirements.

      1. Description of existing facilities and systems, including a floor plan or offices and workspaces and a listing along with a brief description of all key equipment and software proposed for use in the MAAC. The plan should include photos of offices and workspaces.

      2. Commitment that call-answering for CVR-SAFE must be out of a single physical facility, i.e. located within a single building.

      3. Description of any facilities or facility expansion, as well as hardware and software, required to provide the services described in this RFP.

      4. Description of the steps involved and the anticipated timeline for establishing communications links between the proposed MAAC and call boxes, bike trail call boxes, 511 Roadside Assist calls, the CHP Communications Centers, tow trucks and other service providers, the call box maintenance contractor, and CVR-SAFE.

      5. Description of how the proposer will set up its call answering system to separately identify and provide statistics on fixed call boxes, TTY (including bike trail call boxes) and 511 Roadside Assist calls, as well as segregating CVR-SAFE calls from those of other SAFEs.

      6. Brief description of how any needed additional facilities and/or systems would be acquired and integrated into the existing operation and a commitment to do so within the timeframe described in the Implementation Schedule.

      7. Description of any power backup systems in place or proposed to be installed. While no specific length of time for backup capability has been required, Proposers should describe in their proposals the types of backups proposed, the backup capabilities of each type, and any issues related to installing a type of backup not currently used at the proposed facility.

      8. In general, the CVR-SAFE Selection Committee will look more favorably upon backup capabilities that offer longer backup support that exceeds the likely duration of a blackout or other power failure conditions, subject, however, to the effect the backup system may have on the Cost Proposal submitted by the Proposer.

      9. Proposers shall describe their planned approach for achieving coordination with the CHP on the matters listed in the Scope for Work.

      10. The number of personnel by position currently working each shift at the call center from which the proposer proposes to provide call box answering, qualifications required to fill each position, and reporting relationships among positions.

      11. A list of additional staff positions and numbers of personnel required to provide the services described in this RFP.

      12. An explanation of how the proposer will ensure that CVR-SAFE calls will be answered within the times required by the Key Performance Standards set forth above.

      13. A commitment to hire and train any additional personnel within the timeframe described in this Implementation Schedule. Also, a commitment to ensure that translators for other languages are on call and can be contacted within a reasonable time 24 hours a day, seven days a week.

      14. In their proposals, Proposers should provide screens they currently use, if any, and their planned approach to modifying them for use with CVR-SAFE. Proposers should commit to having the scripts and screens read for use within the timeframe described in the Implementation Schedule.

      15. Include existing policies, procedures and training plans.

      16. Describe how proposer would enhance and/or refine these elements to ensure they include all policies, procedures and training plans needed to perform the scope of work.

      17. A commitment to have these enhanced/refined elements in place within the timeframe described in the project schedule.

      C. Project Schedule

      A task-based description of the proposed project schedule (including milestones, draft and final deliverables) and the deliverables to be produced.

      D. Project Management

      An explanation of the project management system and practices to be used to assure that the project is completed within the scheduled time frame and that the quality of the required work and products will meet CVR-SAFE's requirements.

      Required upload for this section: 

      • Narrative explanation of the Overall and Technical project approach
      • Proposed Project Schedule
      • Description of the Project Management System
    • Consultant Qualifications, References, and Staffing (required)

      Proposal must include the elements outlined below (Statement of Experience and Qualifications, Level of Effort/Staffing Resources, Organizational Chart, Resumes, References, and optional Work Samples.  

      A. Statement of Experience and Qualifications 

      1. Describe the qualifications and experience of the consultant/subcontractor and key project staff relevant to the work described in this RFP, including descriptions of previously completed projects, and associated outcomes.

      2. Proposal must include a professional resume for each proposed member of the project team.

      3. Proposal must include an Organizational Chart, identifying the proposed Project Manager and all key Project Staff, including subcontractors. 

      B. Level of Effort/Staffing Resources (Required)

      1. Proposals must include a Level of Effort and Staff Resources Matrix indicating the effort, either in percentage of the total project or in person-hours, which will be contributed by each professional, during task making up the project. Subcontractors should be included.

      2. This matrix should be organized by task and align with Scope of Work and Budget Tasks.  The matrix should include the team member's position title, hourly rate, participation in % or in hours per task. This must also include any proposed subcontractor(s). This helps determine the reasonableness of task costs proposed. 

      C. References (Required) 

      Two (2) to Three (3) relevant references will be verified and must include:

      1. Client contact names, address, email addresses, and phone number(s)
      2. Descriptions of the type of work performed
      3. Approximate time of performance
      4. Names of consultant's professional staff who performed the work
      5. If a subcontractor is proposed, references should be provided for the subcontractor.

      D. Work Samples (Optional)

      Up to two (2) samples of the consultant’s work on closely related projects may be included but are not required.

       

      Required uploads for this section: 

      • Statement of Experience and Qualifications
      • Resumes
      • Organizational Chart
      • Level of Effort/Staffing Resources
      • References
      • Optional Work Samples

       

    • Cost Proposal (required)

      The required Cost Proposal consists of a task-based budget to support proposed Task cost allocations. 

      Cost Proposal

      CVR-SAFE anticipates compensating Contractor monthly on a per-call-answered basis, and Proposers are requested to submit separate single per-call prices for fixed call box, TTY and 511 Roadside Assist calls, for the three-year term of the contract and for each of the two option years.

      Download and complete the attached MAAC Cost Proposal, and upload to this section. 

      Failure to provide adequate cost data that justifies the Task costs proposed will result the proposal CVR-SAFE deeming the proposal unresponsive.

      Required uploads for this section:

      • MAAC Cost Proposal
    • Consultant and Subcontractor Information (required)

      Download and complete the attached Consultant and Subcontractor Information form. 

      Required upload for this section: 

      • Completed Consultant and Subcontractor Information form
    • Subcontractor Letter of Commitment & Conflict of Interest Statement

      For any proposed subcontractor, the proposer must include a letter from the subcontractor committing to perform at least the work shown for the subcontractor in the submitted Level of Effort/Staff Resources matrix.  Letters should be on subcontractor letterhead and signed by an authorized signatory of the subcontractor. 

      Commitment letters must include any actual, apparent, or potential conflicts of interest that may exist for the Subcontractor relative to the services to be provided under Agreement for consultant services to be awarded pursuant to this RFP. If the consultant or firm has no conflict of interest, a statement to that effect shall be included in the letter. 

      If the consultant or firm has no conflict of interest, a statement to that effect shall be included in the letter of commitment.

      Required upload for this section:

      • Subcontractor(s) Letter(s) of Commitment, to include
      • Disclosure of any potential Conflict of Interest; or Statement of No Conflict of Interest
    • Affirmative Action Program (required)

      If required pursuant to the equal employment opportunity requirements of the U.S. Department of Labor Regulations (41 CFR Part 60, et seq.)., the proposal should include a description of the Consultant’s Affirmative Action (AA) program,

      Regulations cited above require that certain contractors to develop and maintain affirmative action programs, including service contractors (non-construction) with 50 or more employees and a federally assisted contract of $50,000 or more.

      Required upload for this section:

      • Statement describing Consultant’s AA Program, only if required. 
    • Debarment Certification (required)

      Download and complete the attached Debarment Certification n form.  This form must be completed by the Consultant and by any proposed subcontractor. 

      Required upload for this section:

      • Signed Debarment Certification by the Consultant and each subcontractor proposed 
    • Levine Act and Government Code 1090 Disclosures (required)

      Download and complete the attached Levine Act and Government Code 1090 forms.  These forms must be completed by the Consultant and by any proposed subcontractor. 

      Required upload for this section:

      • Signed Levine Act form and Signed Gov Code 1090 Form by the Consultant and each subcontractor proposed 
    • Certification of Restrictions on Lobbying

      Download and complete the attached Certification of Restrictions on Lobbying form if your proposal is more than $100,000. This form must be completed by the Consultant and any proposed subcontractors.

      Required upload for this section:

      • Signed Lobbying Certification by the Consultant and each Subcontractor proposed, if applicable. 
    • Full Cost of Proposal (required)

      Enter the proposed total cost for the entire contract term.

      This amount should match the proposed budget total cost and align with the Level of Effort and Staff Resources Matrix. 

    • Full Proposal Document PDF (required)

      Required upload for this section:

      • Upload the full proposal package in a single PDF document, not password protected.
    • Addenda Acknowledgement (required)

      By checking this, Proposer acknowledges any and all addenda issued for this RFP. 

    Questions & Answers

    Q (No subject): Has the current contract gone full term?

    A: The existing contract for CVR-SAFE motorist aid answering center services expires June 30, 2026.


    Q (No subject): Have all options to extend the current contract been exercised?

    A: Yes.


    Q (No subject): Who is the incumbent, and how long has the incumbent been providing the requested services?

    A: The incumbent motorist aid answering center service provider is AAMCOM and has been providing call answering services for eight (8) years.


    Q (No subject): To what extent will the location of the bidder’s proposed location or headquarters have a bearing on any award?

    A: CVR-SAFE has not established proposer headquarters location as a standalone evaluation factor. Proposers must, however, meet the requirements stated in the RFP, including the requirement that all CVR-SAFE call answering be performed out of a single physical facility located within a single building, and proposers should provide the facility, systems, staffing, and operational information requested in the proposal instructions.


    Q (No subject): How are fees currently being billed by any incumbent(s), by category, and at what rates?

    A: CVR-SAFE motorist Aid answering center services are currently being billed by the incumbent service provider, AAMCOM, on a per call basis as follows: $5.68 per call box call, $5.68 per 511 Roadside Assist call, $1.45/minute for TTY calls. There is a minimum monthly cost of $1,945.93


    Q (No subject): What estimated or actual dollars were paid last year, last month, or last quarter to any incumbent(s)?

    A: For FY 2024-25 (July 1, 2024 - June 30, 2025) CVR-SAFE paid $34,253.


    Q (No subject): Is previous experience with any specific customer information systems, phone systems, or software required?

    A: The RFP does not require prior experience with any specific incumbent customer information system, phone system, or software platform. Proposers must demonstrate that their proposed facilities, systems, hardware, software, and coordination approach can meet the Scope of Work requirements, including compatibility and coordination with CHP communications and related databases and interfaces.


    Q (No subject): What is the minimum required total call capacity?

    A: The RFP requires the selected contractor to establish and operate a Motorist Aid Answering Center (MAAC) capable of answering 100% of the calls generated by the 511 Motorist Aid service and the CVR-SAFE call box system.


    Q (No subject): What is the minimum simultaneous inbound call capacity?

    A: The RFP does not specify a numeric minimum simultaneous inbound call capacity. Proposers should base their proposals on the requirement to provide sufficient facilities, systems, and staffing to answer 100% of calls generated and to meet all performance standards in the RFP.


    Q (No subject): What is the maximum hold time?

    A: The RFP does not establish a separate “maximum hold time” requirement. The applicable performance standards are that 75% of all calls must be live answered within 20 seconds, 95% of all calls must be live answered within 2 minutes, and the average monthly call delay must not exceed 15 seconds per call during Phase 1, with related Phase 2 service standards and reductions/incentives described in the Scope of Work.


    Q (No subject): What percentage of inbound calls must be answered by a live operator?

    A: The RFP requires the selected contractor to operate a MAAC capable of answering 100% of the calls generated by the 511 Motorist Aid service and CVR-SAFE call box system, and it establishes live-answer performance standards of 75% of calls within 20 seconds and 95% of calls within 2 minutes.


    Q (No subject): What percentage of calls must be resolved without a transfer, second call, or a return call?

    A: The RFP does not establish a call resolution percentage related to transfers, second calls, or return calls.


    Q (No subject): What is the maximum percentage of calls that can be terminated by the caller without resolution?

    A: The RFP does not set a maximum percentage of calls that can be terminated by the caller without resolution.


    Q (No subject): Is there a minimum or maximum number of operators and supervisors?

    A: The RFP does not set a minimum or maximum number of operators and supervisors. The RFP only requires a sufficient amount of operators to provide the required motorist aid answering center services and fulfill the performance standards.


    Q (No subject): What are the call center's hours of operation?

    A: The RFP does not include an “hours of operation” schedule for the call center. Proposers are required to describe their staffing and shift approach and to commit that operators can be contacted within a reasonable time 24 hours a day, seven days a week. Proposers should base their proposals on the full Scope of Work and performance requirements in the RFP.


    Q (No subject): What is the required degree of dedication for the operators? (Can the operators assigned to this contract work on other contracts at the same time as this one)?

    A: The RFP does not include a required “degree of dedication” for operators. Proposers are required to describe their staffing and shift approach they will implement to meet the performance requirements of the RFP.


    Q (No subject): What was your average monthly call volume over the past year?

    A: The average monthly calls over the last 12 months are as follows: call box - 275 511 Roadside Assist - 461


    Q (No subject): What is the current average wait time for phone calls?

    A: The most recent average wait time is 31 seconds.


    Q (No subject): What is the current average handle time for phone calls and other types of communications?

    A: 4.3 minutes


    Q (No subject): What is the current average after-call work time for operators?

    A: Information not available.


    Q (No subject): Over the past year, what is the percentage of calls received in English versus non-English?

    A: Percentage of calls received by language: English - 97% Spanish - 2% Other - 1%


    Q (No subject): Over the past year, what percentage of calls received were in Spanish?

    A: See response above.


    Q (No subject): What time of day, days of the week, or times of the year do calls typically peak?

    A: CVR-SAFE motorist aid calls typically peak in the winter months between December and February.


    Q (No subject): Please reconfirm the due date for this procurement by providing it in response to answers to questions.

    A: The Proposal Submission Deadline is May 1, 2026 at 5:00 p.m.


    Q (No subject): If there was a previous solicitation for these services, what was its title, number, release date, and due date?

    A: The previous motorist aid answering center services soliciation was: Call Box Call Answering Center Services (RFP# 202021-10) released 2-19-21 and due 3-22-21.


    Q (No subject): Why has this bid been released at this time?

    A: As described in the RFP background, CVR-SAFE will begin removing roadside and trailside call boxes in spring 2026, with total removal scheduled for December 2026. Calls received through 511 Roadside Assist and the remaining roadside call boxes must continue to be answered, and this procurement is intended to allow those services to continue without interruption during the transition.


    Q (No subject): When is the anticipated contract start date?

    A: As stated in the RFP, execution of the contract is expected by June 1, 2026.


    Q (No subject): When is the anticipated award date?

    A: Award is anticipated to happen in May, 2026.


    Q (No subject): Can you please provide greater explanation of your expectations related to any required subcontracting to minority-owned, women-owned, or other types or categories of small or disadvantaged businesses? For example, what is required with the proposal, and what is required to comply during the term of the contract?

    A: For this solicitation, there is no DBE contract goal or DBE participation requirement tied to award because this contract is locally funded by CVR-SAFE, not federally funded. At the same time, CVR-SAFE and SACOG remain committed to reducing barriers to procurement and contracting and to ensuring non-discrimination in the award and performance of contracts. All qualified firms are encouraged to submit proposals, including DBE firms and other diverse businesses. This solicitation will be evaluated in accordance with the requirements stated in the RFP and applicable local contracting requirements.


    Q (No subject): Can you please provide the required types of insurance contractors must have?

    A: Insurance requirements for this solicitation are provided in the Sample Agreement posted with the RFP materials in the Proposal Submission section. Proposers should review Section 15, Insurance Requirements, of the sample agreement for the required coverage types, minimum limits, and related insurance provisions.


    Q (No subject): When is the go-live date?

    A: CVR-SAFE’s goal is the full transition of call box call answering operations by July 1, 2026. In addition, the RFP states that full conversion is anticipated to be completed within 30 days of the end of Phase 1.


    Q (No subject): Are bidders permitted to deviate in any way from any manner of quoting fees you may be expecting? For example, if there is a pricing page in the RFP, can bidders submit an alternate fee structure? If there is no pricing page in the RFP, do you have any preference for how bidders should quote fees or can bidders create their own pricing categories?

    A: Proposers should use the pricing format required by the RFP. The Proposal Submission section requires submission of the MAAC Cost Proposal, and the total cost entered in the portal must match the proposed budget total cost and align with the Level of Effort and Staff Resources Matrix. Any change to the RFP requirements would need to be made by formal addendum issued through the SACOG bidding portal.


    Q (No subject): Please describe your level of satisfaction with your current or recent vendor(s) for the same purchasing activity, if applicable.

    A: CVR-SAFE is currently satisfied with the motorist aid answering center servcies provided by our current vendor.


    Key dates

    1. March 24, 2026Published
    2. May 2, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.