The proposed sole source service contract to NDI Technology Inc., is to provide contractors to troubleshoot problems on the Automated License Plate Recognition (ALPR) by telephone of on-site at Fort Jackson. NDI Technology Inc., 105 E. State Road 434, Winter Springs, Florida 32708. NDI Recognition Systems is the designer, developer, author and sole source of supply for the full range of VeriPlate ALPR solutions and now is in current use by South Carolina's Department of Law Enforcement (SLED) as well as the Fort Jackson Military Police and other agencies within South Carolina. NDI Recognition Systems sell directly to the end user and do not employ third party resellers in South Carolina. The Fort Jackson Directorate of Emergency Services can only procure NDI's ALPR solutions from NDI directly. NDI's ALPR Back-Office solution known as VISCE, which is today deployed with the Fort Jackson Military Police, is a proprietary application with an associated proprietary database. There is no known vendor in the industry that can send, receive, store, transmit and/or query NDI's proprietary database. Only NDI can provide additional ALPR cameras and ALPR processors that can seamlessly integrate with Fort Jackson's existing VISCE ALPR database. No other ALPR vendor can integrate with NDI's solutions. NDI does not provide any interfaces or custom scripts for any vendor other than NDI to access NDI's proprietary VISCE ALPR database.
FAR 13.106-1(b)(1): For purchases not exceeding the simplified acquisition threshold (SAT), only one source reasonably available, urgency, exclusive licensing agreements, brand name, or industrial mobilization. Attached is the draft Performance Work Statement (PWS), Performance Requirements Summary (PRS) and Technical Exhibits.
This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The NAICS code is: 561621 Security Systems Services (except Locksmiths) Size Standard $20.5M
In response to this sources sought, please provide:
1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at [email protected] or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.
3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.
4. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns.
5. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.
Responses should be submitted to Cedric Belmont via email at [email protected] and Kimberly Marsh at [email protected] no later than 7 January 2019.
The anticipated award date is February 1, 2019.