SOLICITATION NOTICE
67 -- Automatic License Plate Readers
- Notice Date
- 8/12/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Engineering Contracts Unit/PPMS, FBI Engineering Research Facility, Building 27958A, Room A-263, Quantico, Virginia, 22135
- ZIP Code
- 22135
- Solicitation Number
- RFQE006988
- Archive Date
- 11/12/2008
- Point of Contact
- Renee L. Braun,, Phone: 703-632-6908
- E-Mail Address
-
rbraun@fbiacademy.edu
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with the included additional information. This announcement constitutes the only solicitation. This requirement is a small business set-aside and the NAICS code is 334 310 and the applicable size standard is 750 employees. Quotes are being requested and a written solicitation will not be issued. The Request for Quote (RFQ) Number is RFQE006 988, and is being conducted under the procedures of Part 12 and 13. The RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-2 6. Electronic FAR clauses and provisions can be accessed at http://www.arnet.gov. The Federal Bureau of Investigation (FBI) intends to award a firm-fixed price contract for license plate readers. The FBI reserves the right to request a vendor demonstration of its ability to be compliant with all salient characteristics and/or request the proposed LPR system be provided to FBI technical staff for testing and evaluation. Listed below are the desired quantities and minimum salient characteristics: CLIN #0001: Automatic License Plate Reader System: Quantity – (36) M inimum Salient Characteristics : Plate capture performance range. The ALPR shall function reliability up to a minimum distance of 125 feet. BNC Video Inputs BNC Video Outputs Capture Plates at speeds up to or greater than 75MPH Ability to use composite black/white, color or IR cameras. Minimum – 4 Channel Capability System (2-ALPR Cameras and 2 – Overview Cameras or 4 – ALPR Cameras) with the ability to be fully functional as a 2-Channel System (1-ALPR Cameras and 1-Overview Cameras or 2 – ALPR Cameras) License Plate search Graphical User Interface GUI with wild card characters for partial plates License Plate search GUI for time period License Plate search GUI for specific plate Internet Compatible – Download and review captured license plates Alert when specific license plate is captured Shall support 120VAC or 12 VDC System Power Outdoor weatherproof housing Fixed Site Platform Cameras shall have the capability for field personnel to interchange lenses of different focal lengths Technical Evaluation : The desired equipment will be evaluated on a Low Price Technically Acceptable basis. Pass/Fail criteria will be utilized based on the minimum salient characteristics. Additional Instructions Warranty and technology refreshment/enhancement information shall be submitted with each offer. All quotes will be considered. The provision at FAR Clause 52.212-1, Instructions to Offerors (APR 2008) and addendum is incorporated. ADDENDUM to 52.212-1 modify (b) Submission of offers: "Submit signed and dated offers to the attention of: Renee L. Braun. Contracting Officer, Re: RFQ E00 6988, FBI Engineering Research Facility, Room A226, Quantico, VA 22135. All quote /offers are due by August 26, 2008, by 4:00PM EST. NO FAX QUOTES WILL BE ACCEPTED. Delivery of items shall be 60 days after the receipt of a delivery order. Delivery shall be FOB Destination to Quantico, VA 22135 or specified address. All price quotes shall incorporate shipping, taxes, and other direct costs associated with the product. Modify (b) (10): The contractor shall provide the FBI with three (3) points of contact from previous contracts, either Government or Commercial, for the purpose of evaluating Past Performance. Any vendor not having government or commercial experience will be rated as "Neutral." FAR 52.212-2 - Evaluation-Commercial Items is incorporated by reference. Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of the information submitted by the offeror who must provide a description in sufficient detail to show that the product offered meets the Governments requirement. Offerors must include completed copies of the provision at 52.212-3, Offerors Representations and Certifications - Commercial Items or denote completion of their registration at http://orca.bpn.gov. Incorporated by reference are FAR Clauses 52.212-4, Contract Terms and Conditions (FEB 2007) and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAY 2008), Subsection (a), (b) 1, 5, 7, 9, 14-21, 23 31 and 33, (d) and (e). Addenda to 52.212-4 ; The Department of Justice (DOJ) Justice Acquisition Clause, 28.52.233-70 Protests Filed with the Department of Justice (JAN 1998). The FBIs Ombudsman for this solicitation is Mr. Richard McFeely, Federal Bureau of Investigation, 935 Pennsylvania Avenue, NW, Washington, DC 20535. Mr. Walter Meslar, Chief of the Procurement and Property Section, Federal Bureau of Investigation, 935 Pennsylvania Avenue, NW, Washington, DC 20535, shall serve as the FBIs contact in accordance with FAR52.233-3 Protest After Award (AUG 1996). An agency Critical Asset Review (CAR) shall be conducted prior to award of a contract. Additional information shall be forwarded to potential awardees, prior to award of a contract. Technical questions shall be in writing and must be forwarded to the referenced Contracting Officer either electronically at rbraun@fbiacademy.edu or via fax to 703-632-6103. http://www.orca.gov. It is recommended that interested offerors register at http://fedbizopps.gov to receive notification when amendments are issued and available for downloading. Please note the General Services Administration provides this notification as a convenience and does not guarantee the notifications will be received by all persons on the mailing list; therefore, we recommend interested parties monitor the FedBizOpps site for information regarding desired acquisitions. Technical questions regarding this requirement must be received no later than t hree business days following publication of this notice and e-mailed to Renee Braun at the above-listed e-mail address or faxed to (703) 632-6103.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=060094376bfa74a81e0ffff2c64b45d6&tab=core&_cview=1)
- Place of Performance
- Address: Federal Bureau of Investigation, Engineering Research Facility, Quantico, Virginia, 22135, United States
- Zip Code: 22135
- Zip Code: 22135
- Record
- SN01638265-W 20080814/080812225554-060094376bfa74a81e0ffff2c64b45d6 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |