SOLICITATION NOTICE
67 -- Mobile License Plate Reader
- Notice Date
- 7/25/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
- ZIP Code
- 20535
- Solicitation Number
- RFQ1846134730
- Archive Date
- 8/15/2013
- Point of Contact
- Margaret D Einspahr, Phone: 703-985-6638
- E-Mail Address
-
margaret.einspahr@ic.fbi.gov
(margaret.einspahr@ic.fbi.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This Request for Quote (RFQ) is being conducted as a 100% Small Business Set-Aside. This requirement falls under NAICs code 334310 and the size standard is 750 employees. This notice is distributed solely through the General Services Administration's Federal Business Opportunities (FBO) website, www.fedbizopps.gov. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Interested parties are responsible for monitoring this website to ensure they have the most up-to-date information about this acquisition. This RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-67, Effective July 22, 2013. The RFQ number is 1846134730 and shall be referenced on all quotes. The Federal Bureau of Investigation (FBI) intends to award a Firm Fixed Price, one-time delivery order for the purchase of Brand Name or Equal 3M - Portable Law Enforcement Package: SLATE-950-P2-MAG, quantity - 5; BOSS-ADMIN, quantity - 1; BOSS-MAP, quantity - 1. The quote shall contain the Offeror's best terms for cost/price and technical capabilities of the required 3M SLATE Portable Law Enforcement Package or equivalent equipment, as contract award may be based on initial quote received. The government reserves the right to award without discussions. This RFQ is for Brand Name or Equal in accordance with FAR Provision 52.211-6 (Aug 1999). Substitute brands may be provided if they perform the same function. If an equal item is proposed, specifications must be included with the quote to demonstrate that it is an equal item. Offerors shall provide a point-by-point comparison to each item listed in the technical requirements. A general overview, comparison, or statement such as "able to provide the requirements" or "meets or exceeds minimum requirements" is unacceptable and will not be evaluated for potential acceptance. All Offerors that fail to comply with instructions will be considered non-responsive and will not be considered for award. The Offeror shall submit price quotes for the required brand name or equal equipment to the specifications listed below. Please include a description of capabilities and specifications for the required equipment. The Offeror should include a description of any support services or warranty information with their technical quote. The FBI requests that discounts based on required quantities and volume of equipment be considered. This requirement is an all or none purchase. The Video Surveillance Unit (VS) has a requirement for the following: Required Brand Name Product and Description Brand Name: 3M Item Model No. Description Qty. 1 SLATE-950-P2-MAG Portable Law Enforcement Package - Two Slate 950 nm Cameras; SupeRex Processor; Camera Cable/Connector package; GPS Module; PAGIS Software and Dongle; PIPS ALPR/OCR Engine; Client/Server Architecture; Camera Bracket Mount Assembly. Magnetic Mounts Included. 5 2 BOSS-ADMIN Boss Admin plus 3 concurrent users 1 3 BOSS-MAP Advanced Mapping for Boss 1 Required Minimum Characteristics for Equal Equipment An illuminator not visible to the naked eye (supports wavelengths greater than or equal to 950nm); in many operational deployments, the illuminator must not be visible to the naked eye. Fit within extremely small enclosures in existing locations (WHL less than 7.5" x 2" x 4.5"). Exceeding any of the specified dimensions will preclude deployment using existing platforms. Maximum target angle must be greater than 25° to allow for elevated platform deployment. Provide for operational distance of greater than 10' and less than 30'. Transmit high volume over low bandwidth (less than 100kbs). Operate on little power to be self-sustaining (25W or less per camera; 12 VDC; internal power bus on platform only supports 12VDC). Operational field of view shall be sufficient to cover at least one lane of traffic at distances of 10-30 feet. Application Programmer's Interface (API) or SQL Database Interface: Deployed LPR systems must be able to transmit high volume of traffic over low bandwidth, To accommodate transmission requirements, the VSU communications technology requires an OPI or Database Interface that provides license plate coordinates within a captured range. If proposing an equivalent product, the FBI reserves the right to request a sample product for test and evaluation purposes. If a test sample is requested, the vendor will be notified when and where to send the sample. Any test sample products will be returned at the conclusion of testing. The salient characteristics identified above by a "brand name or equal" description are intended to be descriptive, not restrictive, and to indicate the quality and characteristics of the product that will be satisfactory. Quotes offering "equal" products (including products of the brand name manufacturer other than the one described by the brand name) will be considered if such product is clearly identified in the quote and is determined by the FBI to meet fully the salient characteristics on above products. If offering an equivalent product, the brand name of the equivalent product shall be clearly identified in the quote. Unless visibly identified as an equivalent product, offered items shall be considered as the brand name product referenced in this announcement. The evaluation of quotes and the determination as to the equality of the products shall be the responsibility of the Government and shall be based on information provided by the Offeror. The Government is not responsible for locating or securing any information not provided in the quotation by the Offeror. To ensure that sufficient information is available, the Offeror shall furnish, as a part of the quote, all descriptive material necessary for the purchasing activity to determine whether the products meet the salient characteristics of this requirement. Vendors proposing to modify a product to make it conform to the requirements of this announcement shall include a clear description of the proposed modification and clearly mark any descriptive material to show the proposed modification. The requested equipment shall be delivered 30 days ARO, FOB Destination: Quantico, VA 22135. The contractor shall extend to the Government full coverage under a normal commercial warranty. Acceptance of the warranty does not waive the Governments rights with regard to other terms and conditions of this contract. The warranty period shall begin upon final acceptance of all items provided to the Government by the Contractor. The following FAR Provisions and Clauses are incorporated by reference: Provision 52.211-6 Brand Name or Equal (Aug 1999); 52.212-1 Instructions to Offerors-Commercial Items (Jul 2013); 52.212-2, Evaluation-Commercial Items (Jan 1999) insert: the following factors will be used to evaluate offers: Low Price Technically Acceptable; 52.212-3, Offeror Representations and Certification-Commercial Items (Jul 2013); 52-212-4, Contract Terms and Conditions- Commercial Items (Jul 2013); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2013) - (a); (b): 4; 6; 8; 12; 16; 26; 27; 28; 29; 31; 38; 39; 42; 48.; 52.247-34 F.O.B. Destination (Nov 1991). Addendum to 52.212-1, Modify (b) Submission of offers to read as follows: "Quotes shall be submitted to margaret.einspahr@ic.fbi.gov." Quotes are due Wednesday, July 31, 2013, 10:00 am EST. Quotes shall be clearly marked RFQ1846134730. Quotes not received by the date, time and location specified in this announcement will not be considered by the agency. Offerors that fail to furnish required representations or information, or reject the terms and conditions of the combined synopsis/solicitation, may be excluded from consideration. Telephone requests will not be considered. The FBI will be using a new financial system on 10/01/2013 that has a direct interface with the System for Award Management (SAM). Please ensure that your company's SAM information is updated and accurate. This includes TIN, EFT, DUNs, addresses and contact information. If any current FBI vendor data conflicts with SAM Data, the information contained in SAM may override our current information on 10/01/2013. The EFT banking information on file with SAM will be what the FBI will use to issue payments to your organization for receipt of proper invoices.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/RFQ1846134730/listing.html)
- Record
- SN03127785-W 20130727/130726000102-e3bb8ea5771b54bf8a4bb34738dfac49 (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 |