Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2024 SAM #8247
SOLICITATION NOTICE

N -- Automated License Plate Recognition Camera System

Notice Date
6/24/2024 10:18:33 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
FA8601 AFLCMC PZIO WRIGHT PATTERSON AFB OH 45433-5344 USA
 
ZIP Code
45433-5344
 
Solicitation Number
FA860124Q0122
 
Response Due
7/3/2024 10:00:00 AM
 
Archive Date
07/18/2024
 
Point of Contact
Bryce Garrett, Ljuan Benbow
 
E-Mail Address
bryce.garrett@us.af.mil, ljuan.benbow.1@us.af.mil
(bryce.garrett@us.af.mil, ljuan.benbow.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Title: Automatic License Plate Recognition (ALPR) Camera system FY24 Request for Quote (RFQ) / Solicitation Number: FA860124Q0122 Quotes Due:�3 July 2024 at 1:00 PM EST (Updated) Contact Point(s): Bryce Garrett, Contract Specialist: Bryce.Garrett@us.af.mil Contact Point(s): TSgt Ljuan Benbow, Contracting Officer : Ljuan.Benbow.1@us.af.mil Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information, included in this notice. This announcement constitutes the only solicitation; quotes are being requested and an additional written solicitation will not be issued. The solicitation is conducted as a commercial procurement using Simplified Acquisition Procedures (FAR Part 13). This notice is expected to result in award of a Firm Fixed Price (FFP) contract for a commercial commodity to the responsible offeror who submits a quotation that: (1) conforms to the requirements, (2) complies with the minimum requirements stated in the Statement of Work (SOW) as evidenced by providing a complete description of the equipment provided, and (3) that submits the quotation with the lowest price technically acceptable, provided that the price is determined to be fair and reasonable. The Government reserves the right to award without discussions or make no award at all depending upon: 1) the quality of quotations received, and 2) whether proposed prices are determined to be fair and reasonable. This requirement shall be 100% small business set aside under NAICS 334220 with a size standard of 1250 Employees. Requirement: See solicitation and attachments. Period of Performance: The Period of Performance (POP) is within 90 calendar days after award. Request for Information (RFIs): The Government will accept questions concerning solicitation number FA860124Q0122 until 19 June 2024 at 1:00 PM EST. Email your questions on a .pdf, .doc, .docx, .xls or .xlsx document to above POCs. Any questions received after this date and time may not be considered. Quotes Due Date: Quotes must be submitted electronically to the Contract Specialist and Contracting Officer. Quotes must conform to the requirements of this solicitation and be received no later than 3 July 2024 at 1:00 PM EST. It is the responsibility of the offeror to ensure that the quote and its attachments are received. Any correspondence sent via e-mail must contain the subject line �FA8601-24-Q-012, Automatic License Plate Recognition (ALPR) Camera system FY24� The entire quotation must be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any.� E-mails with compressed files are not permitted.� Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files).� Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson.� If sending attachments with email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent.� The email filter may delete any other form of attachments. If a DoDSafe drop off is needed, please notify the contract specialist or contracting officer at least 48 hours before quotes are due. Any quotes received after designated closing date and time need not be considered. Quotes must include aggregate total of base plus all option year CLINS, if requested (IAW FAR 52.217-5 Evaluation of Options). All quotes shall conform to the Contract Line Item Number (CLIN) structure of attached solicitation. Notice to Vendor(s): The Government reserves the right to cancel this solicitation, either before or after the closing date. Funds�are not presently available for this contract. The Government�s obligation under this contract is contingent upon the�availability�of�appropriated�funds�from which payment for contract purposes can be made. No legal liability on the part�of�the Government for any payment may arise until�funds�are made available to the Contracting Officer for this contract and until the Contractor receives notice�of�such�availability, to be confirmed in writing by the Contracting Officer. Period of Acceptance of Quotes: Offeror agrees to hold prices in its quote firm for 60 calendar days from the date specified for receipt of offers. SAM Registration: Firms submitting a quote for the solicitation described herein, MUST be registered in the System for Award Management (SAM) database, or risk the quote as being non-responsive, regardless of the package being considered complete, timely or any other salient consideration. Information to register on SAM can be found at the web site, SAM.gov. Provisions and Clauses: See solicitation attachment for applicable provisions and clauses. Offerors shall compete and include in quotations all representations and certifications, as well as all fill-in provisions and clauses, contained within this solicitation. Additionally, quotations that contain pricing only with no description/detail of the equipment that will be provided will not be accepted or considered for award.� Clarifications needed by contractor: Will the proposed system have the ability to integrate with other brands of surveillance equipment and other license plate readers, or will the system only be able to integrate with other equipment of the same brand? Basis for Award. The Government will issue a purchase order to the vendor who is determined to offer the best value to the Government. In accordance with Attachment, 52.212-1, Instructions to Offerors, and 52.212-2, Evaluation, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Best Value Determination. The technically acceptable, lowest priced quote will be determined to represent the best value. Technical acceptability will be determined by an evaluation of the quoted List of Attachments: Solicitation Statement of Work Flock Placement PLEASE REVIEW & PROVIDE ALL INFORMATION BELOW: Shipping/transportation will be FOB: Destination Pricing Quoted (GSA, open market, etc.): ________________________ Payment Terms: _____________________� Delivery Date: _______________ Company Name (as registered in SAM): ___________________________________________ UEI: ___________ CAGE: _______________ POC: _________________________________ Telephone: _____________________________ E-Mail: ________________________________ Warranty Information: _________________________________________________________
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5e0ea0fb3d9a40e89be23410d4469703/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN07105423-F 20240626/240624230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.