Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
SOLICITATION NOTICE

63 -- License Plate Reader System BRAND NAME ELSAG

Notice Date
9/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
F1D3649146A001
 
Archive Date
10/6/2009
 
Point of Contact
Adriana E Carmona, Phone: 301-981-3395
 
E-Mail Address
Adriana.Carmona@afncr.af.mil
(Adriana.Carmona@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
BRAND NAME ELSAG Combined Synopsis/solicitation: PURCHASE License Plate Reader System in accordance with attached performance work statement. Request for quote is due on 21 September 2009, 12:00 PM Eastern Standard Time (EST). Point of Contact: SrA Adriana Carmona 301-981-3395, Contract Specialist and Cynthia T. Lattimore, 301-981-2301, Contracting Officer. 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 requested and a written solicitation will not be issued. This combined solicitation/synopsis reference number is F1D3649146A001 and is being issued as a combined synopsis/solicitation. This combined solicitation/synopsis document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36, dated 11 August 2009. This acquisition is 100% set-aside for small businesses. The associated NAICS code is 334290 with a 750 employee size standard. The contractor shall submit a quote for following items: Line Item: 0001 10 EA Model #FPH-900X - Fixed LPR camera, includes one nitrogen sealed enclosure with two cameras (one color/one black/white) infrared illumintor, processing boards, all necessary cabling Line Item: 0002 5 EA Model #FCU-900 - Mini Field Control Unit - pole mountable - includes 24V dc power suply, surge suppression, environmental controls Line Item: 0003 8 EA Model #ENG SUP - One day of Elsag engineering support in the field or lab (includes travel) Line Item: 0004 3 EA Model #MPH-900 OPC - Operations center sortware license to allow fixed cameras to interface with base station loaded to agency provided server or PC. Line Item: 0005 1 EA Service Plan for goods and services provided Service plan includes: Software updates, annual training/service, parts and labor. PERFORMANCE WORK STATEMENT (PWS) FOR License Plate Recognition System 1. DESCRIPTION OF SERVICES - Equipment will be used to monitor vehicles entering Main, Virginia and Pearl Harbor Installation gates. The License Plate recognition System catalogs all vehicles entering or exiting an access point to a site or facility. With data provided from a camera and optical character recognition engine, the program is able to identify vehicles as known or unknown, or classify them into one of many user-identified alert categories for example stolen vehicle, warrant for arrest or special alert. This system provides data in real-time along with a time data stamp, lane number, and images of both the vehicle and license plate to the Security forces Installation Control Center. The system allows the operator to search for a license plate and display all entry and exit information for that vehicle and search by date to show all information on a given day or over a specified time period. Traffic flow can be monitored for peak periods, and repeat visitors may be identified for intelligence purposes. Furthermore, events of 11 Sep 2001 prompted the Air Staff to request unfunded force protection requirements to assist against hostile elements attempting to exploit known command vulnerabilities. This equipment will further aid in our ability to detect, deter and defend against terrorism, thereby reducing the likelihood of a terrorist attack against any critical C2 elements on Andrews AFB. 1.1. Scope of Work. Non-personal Services: The contractor shall furnish all personnel, equipment, tools, materials, supervision, transportation and other services necessary to provide and install 1.2. Each LPR in the system will deliver date, time and GPS locations, pinpointing the location of the suspect vehicle. Each LPR will be able to capture thousands of license plates during any one shift, supplying after action analysis of the data from relevant periods of time that will be useful in placing a suspect at a scene, pattern recognition, watch list development and even terrorist interdiction. In effect, the FPH 900X system located at all entrances to Andrews AFB offers a seamless, powerful and productive combination of unified technology that will provide the potential for good law enforcement and criminal intelligence. 1.2.1. The contractor shall provide: a) 10 LPR cameras (focal length TBD) b) 6 Mounting brackets c) 6 Field Control Units w/ power supply, router, and environmental controls d) Cables connecting the Field Control Units (FCU) and the cameras e) Software package to be loaded into the Guard Booths PC 1.2.2. The Customer has to provide the following: a) Ethernet Cable: Minimum Cat5e shielded-solid conductor-exterior grade-(CMX type). Both ends of cable to be terminated with a shielded RJ45 connector, with one side connecting to the PC in the main booth and the other connecting to the FCU box in the appropriate camera booth location. b) Power supply: 115 vac capable of supplying 150 watts continuous power to each booth. The power cable termination is to be pigtailed at the FCU box location in each booth for connection to the DC power supply. It is not anticipated that this installation will require additional incoming power conditioning to be included in the FCU box. c) Switch or hub at the Guard Booth to connect PC and the Ethernet cables coming from the Cameras. d) Guard Booth PC: the PC has to host the system user interface, the Hot List and the database with the past reads. This has to be a desktop or server with the following minimal requirements: a) Pentium 4 1.2 GHz or better, 512 MB b) Windows XP SP2, Windows 2000 SP4, Windows 2003 Server c) 60 GB hard disk space or more (depending on data storage period) d) 19" monitor e) Ethernet connection to the Booths LAN 1.3. Installation of Equipment. 1.3.1. The contractor shall install FPH-900X license plate readers (LPRs) and FCU boxes at Main Gate, Virginia Gate and Pearl Harbor Gate of Andrews AFB, MD. Also, connect Ethernet and power supply to the FCU boxes. 1.3.2. Damage. It shall be the responsibility of the contractor to pay for all repairs for any damage resulting from his/her negligent actions in accomplishing this project. The contractor shall furnish the Quality Assurance Personnel with the date, location; type of damage occurred and cost to repair the damage within 24 hours after the damage becomes visible. This data shall be recorded and will become a part of the permanent contract record. 2. Warranties. The contractor warrants that work performed under this contract shall conform to the contract requirements and shall be free of any defects. The contractor shall remedy at the contractor's expense any defects noted by the Contracting Officer. The contractor shall provide a written warranty agreeing to repair or replace items that fail in workmanship under this contract. The warranty period shall be three years after the date of completion. Materials provided by the contractor shall be manufacturer's standard warranty. A site visit will not be conducted. The delivery location will be made to Andrews AFB, MD 20762. Delivery shall be 30 days after receipt of award. The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full texts of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) The provision at FAR 52.212-1, Instruction to offeror-Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items Evaluation, applies to this acquisition. Addendum paragraph (a). The Government intends to make a single purchase order to the responsible quoter whose quote can fulfill the entire required delivery requirement in full compliance to all other requirements set forth in the Combined Synopsis/Solicitation, who offers the lowest price. The clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Item (Deviation). Specifically, the following clauses cited are applicable to this solicitation: • FAR 52.203-13, Contractor Code of Business Ethics and Conduct; • FAR 52.219-8, Utilization of Total Small Business Concerns; • FAR 52.222-26, Equal Opportunity; • FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • FAR 52.222-36, Affirmative Action for Workers With Disabilities; • FAR 52.222-39, Notification of Employment Rights Concerning Payment of Union Dues or Fees • FAR 52.222-41, Service Contract Act of 1965; • FAR 52.222-50, Combating Trafficking in Persons; • FAR 52.222-50, Combating Trafficking in Persons, Alternate I; • FAR 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Certain Equipment--Requirements • FAR 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements • FAR 52.222-54, Employment Eligibility Verification; • FAR 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations; • FAR 52.247-64, Preference for Privately-Owned U.S.-Flag Commercial Vessels; The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders, applies to this acquisition. Addendum to Paragraph (a). The following DFARS clause is incorporated by reference: 252.225-7001, Buy American Act and Balance of Payments. Specifically, the following clauses cited are applicable to this solicitation: • FAR 52.203-3, Gratuities • DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials • DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders • DFARS 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) • DFARS 252.219-7004, Small Business Subcontracting Plan (Test Program) • DFARS 252.225-7001, Buy American Act and Balance of Payments Program • DFARS 252.225-7008, Restriction on Acquisition of Specialty Metals • DFARS 252.225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals • DFARS 252.225-7012, Preference for Certain Domestic Commodities • DFARS 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools • DFARS 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings • DFARS 252.225-7021, Trade Agreements • DFARS 252.225-7027, Restriction on Contingent Fees for Foreign Military Sales • DFARS 252.225-7028, Exclusionary Policies and Practices of Foreign Governments • DFARS 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program • DFARS 252.225-7036, Alternate I, Buy American Act-Free Trade Agreements-Balance of Payments Program • DFARS 252.225-7038, Restriction on Acquisition of Air Circuit Breakers • DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns • DFARS 252.227-7015, Technical Data-Commercial Items • DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data • DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports • DFARS 252.232-7019, Training for Contractor Personnel Interacting with Detainees • DFARS 252.243-7002, Requests for Equitable Adjustment • DFARS 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer • DFARS 252.247-7023, Transportation of Supplies by Sea o DFARS 252.247-7023, Alternate I, Transportation of Supplies by Sea o DFARS 252.247-7023, Alternate II, Transportation of Supplies by Sea o DFARS 252.247-7023, Alternate III, Transportation of Supplies by Sea • DFARS 252.247-7024, Notification of Transportation of Supplies by Sea The following additional clauses are applicable to this procurement: • DFARS 252.204-7001, Commercial And Government Entity (CAGE) Code reporting (Aug 1999); • DFARS 252.204-7004, Required Central Contractor Registration (CCR) Contractors are not registered in CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414); • DFARS 252.232-7003, Electronic Submission of Payments Requests; • DFARS 252-232-7010, Levies on Contract Payments (Dec 2006); • AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Apr 2003); • AFFARS 5352.242-9000, Contractor Access to Air Force Installations; • 316 CONS - 004 AAFB Environmental Standards (26 Oct 2006); • 316 CONS - 007 Personnel Security Requirements; • 316 CONS - 010 Wide Are Work Flow; • 316 CONS - 011 Ombudsman; Offerors are required to complete and include a copy of the following provisions with their proposals or have available online at https://orca.bpn.gov : FAR 52.212-3, Offeror Representation and Certifications - Commercials Items; DFARS 252.212-7000, Offeror Representations and Certifications - Commercials Items; DFARS 252.225-7000, Buy American Act- Balance of Payments Program Certificate. Contractors are responsible for ensuring their proposals are in line with all updates, modifications and amendments done to the combined solicitation/synopsis prior to the close out date stated herein. Responses to this combined synopsis/solicitation must be received via email by 21 September 2009 no later than 12:00 PM (EST) to adriana.carmona@afncr.af.mil. Late replies to the Combined Synopsis/Solicitation will be processed in accordance with FAR 52.212-1(f), "Late submission: modifications reservations and withdrawal of offers." Responses should be marked with solicitation number F1D3649146A001. 52.232-18 Availability of Funds. 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. *Please provide a quote valid until 1 October 2009*
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D3649146A001/listing.html)
 
Place of Performance
Address: 316 SFS, 3537 Salem Dr, Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN01957687-W 20090918/090917001230-4e0c4886c6d3a233ee350e09444cd6d2 (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.