Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 17, 2024 SAM #8391
SOURCES SOUGHT

63 -- VA Police LPR System Subscription

Notice Date
11/15/2024 12:20:35 PM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26225Q0116
 
Response Due
11/22/2024 10:00:00 AM
 
Archive Date
01/21/2025
 
Point of Contact
Choo, Sam, Contract Specialist, Phone: sam.choo@va.gov
 
E-Mail Address
sam.choo@va.gov
(sam.choo@va.gov)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES. THIS IS NOT A SOLICITATION. SUBMISSION OF INFORMATION ABOUT PRICING, DELIVERY, THE MARKET, AND CAPABILITIES IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI FOR PLANNING PURPOSES. DISCLAIMER This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought Notice / RFI only. The purpose of this Sources Sought Notice / RFI is to gain information about potential qualified sources and their size classification relative to NAICS 561621 (size standard of $25.00 MM). Responses to this Sources Sought Notice / RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice / RFI, further RFIs and/or a solicitation or other announcements may be published. The Department of Veterans Affairs (VA) is seeking sources capable of providing Real Time Surveillance and Safety Platform/System with LPR, video, audio, and Vehicle Identification Feature. The list of DRAFT characteristics is intended to be descriptive, not restrictive, of the supplies/services that are required: Must be able to Identify vehicles by make, color, decals, transforming footage into actionable evidence even without plate number information. Must have the ability to Respond faster with automated alerts for NCIC, NCMEC, or custom Hot List vehicles via SMS, email, and app notifications. Unlimited user access to the system. Capable of covering up to two lanes. Capable of reading/capture speeds between 0-60 MPH from 40 to 70 feet away. Cameras must be solar powered and connected via LTE or faster network capability, so they can be installed almost anywhere with minimal infrastructure requirements. Cameras must have minimum resolution of 5 megapixels to capture and stream high-quality images of the vehicles that enter and exit your parking facilities, day and night. License Plate Number, color, make, model of the vehicle must be identifiable from the captured and live image. Interagency operability and real-time data integration and sharing with comparable or identical systems must be provided by cloud-based systems and software. These agencies must be local collaborating agencies (county and city law enforcements: Riverside County Sheriff's Office and the San Bernardino County Sheriff's Office). If your company is interested and capable of providing the required supplies/services, please provide the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: Submit your capabilities statement illustrating how your organization can/cannot meet the list of DRAFT/SALIENT CHARACTERISTICS/SOW requirements. For instances where your company cannot meet the DRAFT/SALIENT CHARACTERISTICS/SOW requirement(s), please explain. For instances where your company can meet the DRAFT/SALIENT CHARACTERISTICS/SOW requirement(s), please show how your company meets/exceeds each requirement. Please review the list of DRAFT/SALIENT CHARACTERISTICS/SOW requirements and provide any additional feedback or suggestions. If none, please reply as N/A. Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc. Is your company considered small under the NAICS code identified in this RFI? Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of DRAFT/SALIENT CHARACTERISTICS/SOW? If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of contact and size status (if available). If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified. Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR ยง 125.6? Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items? Non-Manufacturer Rule: If applicable, can you confirm your business complies with the Non-Manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Not exceed 500 employees? Primarily engage in the retail or wholesale trade and normally sell the type of item being supplied? Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? Please indicate whether your product conforms to the requirements of the Buy American Act. Please indicate and provide the proof of country of origin. What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. What is estimated life span of your solution? What support/services does that entail? Does your organization offer a leasing solution? Please elaborate. Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number(s). If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract. General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to sam.choo@va.gov. Telephone responses will not be accepted. Responses must be received no later than Friday, November 22, 2024 by 10:00 AM PST. All responses to this Sources Sought/RFI will be used for planning purposes only. Responses to this Sources Sought Notice / RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further RFIs and/or a solicitation or other announcement is issued as a result of the information provided from this RFI, all interested parties must respond to the specific posting separately IAW the specifications of that announcement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fd30468485854080951f808b644811c2/view)
 
Place of Performance
Address: Department of Veterans Affairs Loma Linda VA Healthcare System 11201 Benton St, Loma Linda 92357, USA
Zip Code: 92357
Country: USA
 
Record
SN07266918-F 20241117/241115230108 (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.