Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2008 FBO #2474
SOLICITATION NOTICE

67 -- Automatic License Plate Readers

Notice Date
9/2/2008
 
Notice Type
Modification/Amendment
 
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
 
Response Due
9/5/2008 2:00:00 PM
 
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
Amendment #2 - RFQE006988 <!--[if gte mso 9]><xml> <w:WordDocument> <w:View>Normal</w:View> <w:Zoom>0</w:Zoom> <w:DoNotOptimizeForBrowser /> </w:WordDocument> </xml><![endif]--> Questions and Answers License Plate Readers – RFQE006988 <!--[if !supportEmptyParas]--> <!--[endif]--> <!--[if !supportEmptyParas]--> <!--[endif]--> Q1. Do we have to include in our quote overview cameras and if we do, how many and what type? A1. Yes. Overview cameras are required. The solicitation states " ability to use composite black/white, color, or IR cameras" and "Yes" the camera solution is part of the deliverables and part of the bid. We're looking for a 4 camera system, in other words the baseline system will consist of 4 cameras ie; Two IR plate capture cameras, two day/night color overview cameras, (with the ability to use day/night/color cameras as a plate capture camera if required) and be field changeable. The system should be able to use any combination of overview and IR cameras with a maximum of 4 cameras within the specific system/platform. The type of color overview camera is up to the vendor to decide upon per the salient characteristics provided. <!--[if !supportEmptyParas]--> Q2. What is the nature of the ALPR application as it refers to the following requirements : Shall function reliably up to a minimum distance of 125 feet? The systems are camera-based and are of a fixed focal length with IR illumination – what is the application the system will be used for? A2. Shall function at least 125 feet “camera to target vehicle.” Not all applications will utilize IR illumination. Q3. Most systems provide overview images and plate images. What is the nature of the requirement for the stated BNC video inputs and BNC Video outputs? A3. Both overview and plate images will be pursued in most cases. The BNC connectors are a composite video standard I/O connector. Q4. What is the maximum stated read speed required? Are there two separate requirements regarding read speed? A4. There is one requirement. The “read speed” is 75 MPH or greater as stated in the FEDBIZOPPS posting. <!--[if !supportEmptyParas]--> <!--[endif]--> Q5. Are these separate camera requirements for different location situations? <!--[if !supportEmptyParas]--> <!--[endif]--> A5. The camera is to provide color/B-W/IR Capability. The same camera shall function to meet all requirements. <!--[if !supportEmptyParas]--> <!--[endif]--> Q6. What is the application intelligence requirement regarding camera type. <!--[if !supportEmptyParas]--> <!--[endif]--> A6. The camera shall provide color/B-W/IR capability. The same camera shall function to meet all requirements. <!--[if !supportEmptyParas]--> <!--[endif]--> Q7. Please define requirements regarding “channels” in your application? <!--[if !supportEmptyParas]--> <!--[endif]--> A7. Each channel shall be able to gather license plates with the option to be used as an overview camera providing maximum flexibility to meet all requirements of the solicitation. <!--[if !supportEmptyParas]--> <!--[endif]--> Q8. Does the QTY of 36 refer to 2 ALPR cameras (Each camera with one IR and one color/black and white camera system)? <!--[if !supportEmptyParas]--> <!--[endif]--> A8. The requirement shall be for 4 camera/channel systems. A pairing of two cameras or a single camera that could be paired in separate housings that could provide a license plate and overview capability for each traffic lane or area of interest. <!--[if !supportEmptyParas]--> <!--[endif]--> Q9. Please advise of hotlist-type requirements? Is the system to be used with NCIC-type data or is this a separate system. Are there any hotlist provisions requirements? <!--[if !supportEmptyParas]--> <!--[endif]--> A9. The systems shall have the ability to enter “hot-list” license plate numbers to be flagged by software that includes partial plate w/ wild card identification. An alert shall be provide both audible and visual which the user could select. <!--[if !supportEmptyParas]--> <!--[endif]--> Q10. Typically, fixed site installations are selected and the focal lengths required to monitor a particular location are then selected. What is the nature of the application that requires the interchange of lenses? (Generally, to be environmentally sound, the cameras are sealed in a vacuum or nitrogen-filled casing, that does not provide for lens interchangeability.) <!--[if !supportEmptyParas]--> <!--[endif]--> A10. A sealed or nitrogen-filled lens would limit our ability to meet the varied requirement for short term installations. The flexibility of interchangeable lenses is necessary to meet unique field requirements. <!--[if !supportEmptyParas]--> <!--[endif]--> Q11. Which states are the focus of this application? <!--[if !supportEmptyParas]--> <!--[endif]--> A11. These systems will be used nation-wide. <!--[if !supportEmptyParas]--> <!--[endif]--> Q12. No mention of communications infrastructure is mentioned. Are the communications and power fully-deployed to accommodate the solution? <!--[if !supportEmptyParas]--> <!--[endif]--> A12. Communication egress availability will vary depending on the installation site. The ability to provide internet protocol output is a must. As stated in the solicitation, the system is required to be power from 120 VAC and/or 12 VDC. <!--[if !supportEmptyParas]--> <!--[endif]--> Q13. What is the deadline for receipt of offers? Are fax and e-mail quotes acceptable? <!--[if !supportEmptyParas]--> <!--[endif]--> A13. The deadline for receipt of offers/quotes is Friday, September 5, 2008, NLT 2:00PM EST. E-mail quotes will be accepted, however, fax quotes will not. <!--[if !supportEmptyParas]--> <!--[endif]--> Q14. In addition to the proposal, what additional forms/documents must be submitted for our packet to be compliant. <!--[if !supportEmptyParas]--> <!--[endif]--> A14. Acceptable offers/quotes must be submitted in accordance with the solicitation requirements, inclusive of representations and certifications, and documentation/information supporting the technical requirements of the RFQ. <!--[if !supportEmptyParas]--> <!--[endif]--> Q15. If a vendor proposes an assemblage that includes an infra-red illuminator capable of covering at least 125 feet, it may be more expensive than a traditional LPR camera. How will this be evaluated? <!--[if !supportEmptyParas]--> <!--[endif]--> A15. All offers will be evaluated on a technically acceptable/low price basis based on the minimum salient characteristics listed in the RFQ. <!--[if !supportEmptyParas]--> <!--[endif]--> Q16. The RFQ specifies a quantity of thirty-six(36) systems. How will these systems be deployed? Will they be placed at 36 different locations? <!--[if !supportEmptyParas]--> <!--[endif]--> A16. The systems will be “stand-alone” and most will be deployed to separate locations. <!--[if !supportEmptyParas]--> <!--[endif]--> Q17. What level of performance are you looking for? <!--[if !supportEmptyParas]--> <!--[endif]--> A17. The level of performance shall be at 99%, operational 24/7. <!--[if !supportEmptyParas]--> <!--[endif]--> Q18. At 75MPH with a minimum of 125 feet, what percentage of perfect reads are required? In addition, what is the capture rate expectation. <!--[if !supportEmptyParas]--> <!--[endif]--> A18. 95% or greater. <!--[if !supportEmptyParas]--> <!--[endif]--> Q19. What minimum read rate is required (how many frames per second)? <!--[if !supportEmptyParas]--> <!--[endif]--> A19. The frame rate needs to be configurable and at a minimum of 15 frames per second or better. <!--[if !supportEmptyParas]--> <!--[endif]--> Q20. Is there one or more hot list databases or is it just LPR read requirements? <!--[if !supportEmptyParas]--> <!--[endif]--> A20. The LPR system must read the hot list database and alter if a hit is made. The size of the hot list database varies. <!--[if !supportEmptyParas]--> <!--[endif]--> Q21. How many queries per send will be done to the database? <!--[if !supportEmptyParas]--> <!--[endif]--> A21. The amount of human queries is unknown. <!--[if !supportEmptyParas]--> <!--[endif]--> Q22. How much time is allowed for the install? <!--[if !supportEmptyParas]--> <!--[endif]--> A22. Each situation may vary. At this time, no time limit has been established. <!--[if !supportEmptyParas]--> <!--[endif]--> Q23. What are the minimum requirements? <!--[if !supportEmptyParas]--> <!--[endif]--> A23. The minimum salient characteristics are listed in the FEDBIZOPPS posting, in addition, to information posted with the respective Questions and Answers. <!--[if !supportEmptyParas]--> <!--[endif]--> Q24. What are the mounting applications? <!--[if !supportEmptyParas]--> <!--[endif]--> A24. As stated in the FEDBIZOPPS posting, the requirement is for a fixed platform. However, a fixed platform shall have the ability to be installed on a vehicle. The mounting application shall include a fixed highway, covert pole and portable applications. It shall be able to read plates from a 45 or 90 degree angle from the left or right side. <!--[if !supportEmptyParas]--> <!--[endif]--> Q25. Are the LPR imaging and context cameras part of the bid or not? <!--[if !supportEmptyParas]--> <!--[endif]--> A25. Please see the FEDBIZOPPS posting for information. <!--[if !supportEmptyParas]--> <!--[endif]--> Q26. Will technical training be included? <!--[if !supportEmptyParas]--> <!--[endif]--> A26. If it is a necessity for an offeror’s submittal package, include technical training as part of your response. <!--[if !supportEmptyParas]--> <!--[endif]--> Q27. Do you want service and support for this requirement? <!--[if !supportEmptyParas]--> <!--[endif]--> A27. At this time, only the standard warranty is required. <!--[if !supportEmptyParas]--> <!--[endif]--> Q28. Please provide a description about the environment or infrastructure the system will operate on, specifically hardwired or networked to another system. <!--[if !supportEmptyParas]--> <!--[endif]--> A28. Environment will be a fixed site. The infrastructure will vary depending on the installation site. All will be utilized ie; cable/DSL/POTS/wireless/IP depending on available infrastructure. <!--[if !supportEmptyParas]--> <!--[endif]--> Q29. It is not clear if you want ALPR from both the color and IR camera or is this the choice of the vendor? If a vendor supplies an IR and color ALPR with color overview will that system be rated higher. <!--[if !supportEmptyParas]--> <!--[endif]--> A29. As stated in the FEDBIZOPPS posting, this requirement will be evaluated on a low-price technically acceptable basis. The minimum salient characteristics are listed in the solicitation. <!--[if !supportEmptyParas]--> <!--[endif]--> Q30. In regards to License Plate search Graphical User Interface GUI with wild card characters for partial plates, do you require searches of plates already read by the ALPR or for reads as they occur (sometimes called fuzzy reads). We normally don't like fuzzy reads (it mask poor performance of the ALPR and gives many fall alarms) but we can provide this function if it is a requirement. Most ALPR suppliers provide post read wild card searches for plates already read. What are your expectations? <!--[if !supportEmptyParas]--> <!--[endif]--> A30. The requirement is for searches of plates already stored by the ALPR. We want to be as absolute as possible. We want a post read wild card search capability. <!--[if !supportEmptyParas]--> <!--[endif]--> Q31. Automatic License Plate Readers Solicitation # RFQE006988 does not have any requirements for data management including white list and black list management. Are there "backoffice" software requirements Will these basic data handling components of a ALPR system not be judged or are they assumed? We feel the way a system handles data (such as NCIC) the ALPR system checks in real time and the archiving of data collected is the most important difference between systems yet there are no requirements for this important aspect. Do you want remote clients on your network? Will all camera locations be linked to a central backoffice for data collection and list management? Will the system read against client databases? <!--[if !supportEmptyParas]--> <!--[endif]--> A31. This solicitation does not involve the "backoffice" requirements. Initially these systems will be local stand-alone systems. Each system will suffice of a single computer to deployed ALPR system and involve a varied egress capability depending on what's available at the deployment location. Networking - Backoffice issues will be handled separately. <!--[if !supportEmptyParas]--> <!--[endif]--> Q32. For clarification purposes, is it possible to quantify the needs in terms of number of points of capture; assuming that a point of capture consists of (typically) one lane of traffic monitored by one IR camera (ALPR) and one color camera (Overview). <!--[if !supportEmptyParas]--> <!--[endif]--> A32. As stated in the solicitation, we are requesting a 4-camera system ( Two IR plate capture cameras, two day/night color overview cameras, (with the ability to use day/night/color cameras as a plate capture camera if required) and be field changeable. The system should be able to use any combination of overview and IR cameras with a maximum of 4 cameras within the specific system/platform. Standard 2 lane Highway will be the baseline requirement for points of capture. <!--[if !supportEmptyParas]--> <!--[endif]--> Q33. Is there a requirement for a manufacturer response directly, or can the response be issued through an indirect sales channel partner? <!--[if !supportEmptyParas]--> <!--[endif]--> A33. This is a small business set-aside. All interested parties who can meet the salient characteristics may respond. <!--[if !supportEmptyParas]--> *******************************************************************************************************<!--[endif]--> <!--[endif]--> <!--[endif]--> <!--[endif]--> Amendment #1 T he due date for receipt of all questions regarding this requirement will be Tuesday, August 26, 2008 by 4:00PM EST. Answers to Questions will be submitted to the FEDBIZOPPS website, as an amendment on/or around Thursday, August 28, 2008. The extended deadline for receipt of offers will be Friday, September 5, 2008 by 2:00PM EST. ************************************************************* 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=5936831e69735d4531f62e0cb83ef013&tab=core&_cview=1)
 
Place of Performance
Address: Federal Bureau of Investigation, Engineering Research Facility, Quantico, Virginia, 22135, United States
Zip Code: 22135
 
Record
SN01657467-W 20080904/080902221744-5936831e69735d4531f62e0cb83ef013 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.