**AMENDMENT 0001***
The purpose of this amendment is to:
1. Attach RFI answers.
2. Updated the PWS to v3 dated 04 Sept 2025.
3. Extend this solicitation closing date from 08 Sept 2025 to 10 Sept 2025 @ 0900 AM EDT.
4. Updated CLIN 0001 to match PWS' requirement of "one-time".
5. Solicitation set-aside updated as Full and Open to promote competition.
6. All other terms and conditions remain unchanged.
Combined Synopsis/Solicitation
AFLCMC/PZI Installation Contracting Support
Wright Patterson AFB, OH 45323
Date: 05 September 2025
Title: SFS ALPR Camera and Software License Service
Request for Quote (RFQ) / Solicitation Number: FA860125Q01670001
Quotes Due: 10 September 2025 at 9:00 AM EDT
Contact Point(s): SrA Yusheng Chou; Contract Specialist;
Email: yusheng.chou@us.af.mil
Contact Point(s): Raschelle M. Swindle; Contracting Officer;
Email: raschelle.swindle@us.af.mil
- Description: This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information, included in this notice. This announcement constitutes as the only solicitation; quotes are being requested, and additional written solicitation will not be issued. The solicitation is conducted as a commercial procurement using Simplified Acquisition Procedures (FAR Part 13). This notice is expected to result in award of a Firm Fixed Price (FFP) contract for a commercial service to the responsible offeror who submits a quotation that: (1) conforms to the requirements, (2) complies with the minimum requirements stated in the Performance Work Statement (PWS) as evidenced by providing a complete description of the services provided, , and (3) that submits the quotation that best align with the evaluation criteria in clause FAR 52.212-2 below, provided that the price is determined to be fair and reasonable.
The Government reserves the right to conduct interchanges with some, none, or all offerors, or make no award at all depending upon: 1) the quality of quotations received, and 2) whether proposed prices are determined to be fair and reasonable.
This requirement shall be 100% Full and Open Competition under NAICS 561621 with a size standard of $25M.
Requirements:
ALPR: The contractor shall provide seven (7) EA Law enforcement grade infrastructure-free (solar power and long-term evolution LTE connectivity), cellular data transmission package data transmission, routine maintenance package for system upgrades and/or system failures/faults with the exclusion of outside interference caused by outside individuals. License plate recognition cameras with vehicle fingerprint technology and real time alerts for unlimited users with recognition capabilities and will interface with OH PD system. Cameras must be capable of recognizing both license plate(s) and vehicle characteristics during both day and night. Lastly, they must also be able to capture vehicle license plates, both stationery and in motion.
Operating System/Safety Platform: Enterprise access to the operating system platform with unlimited users. The system must have the ability to request access to share and receive data from other law enforcement agencies using the operating system. System must have the capability for custom map creation with the ability to add layers, real time routing capabilities to project vehicle movement(s), License plate look up from various platforms while on the move. Additional requirements include real-time National Crime Information Center (NCIC) alerts and customizable notification or “hot lists” (based on administrator/user requests), and time and location-based searching, including license plate and vehicle characterization look up.
Technical Support and Training: Vendor will provide technical support and training as requested by the Project Officer.
Installation: The vendor will install (7) cameras and provide continuous service without interruptions. There will be a one-time professional service for the installation to include site safety assessment, camera setup, and equipment/software testing. See section VII of this PWS for camera placement. The operating system/safety platform service will then continue for one year, with optional years available.
Servicing and maintenance: Vendors are solely responsible for the maintenance of all rental equipment. Vendors are required to service the entire system at least bi-annually. In summation, vendors must maintain and repair any damaged equipment that is incurred due to normal use, natural causes, or accidents for the entire duration of the contract and its elective option years.
2. Period of Performance: The requested period of performance is base plus four (4) option years. Prior to the start of service, the vendor SHALL contract POC listed in the contract to establish timeline, training, and place of performance near Wright-Patterson AFB, OH.
3. Request for Information (RFIs): The Government will accept questions concerning solicitation number FA860125Q0167 until 04 September 2025 at 9:00 AM EDT. Answers will be posted within 2-3 calendar days. Email your questions on a .pdf, .doc, .docx, .xls or .xlsx document to yusheng.chou@us.af.mil and raschelle.swindle@us.af.mil. Any questions received after this date and time may not be considered.
4. Quotes Due Date: Quotes must be submitted electronically to the Contract Specialist via e-mail at to yusheng.chou@us.af.mil and Contracting Officer raschelle.swindle@us.af.mil. Quotes must conform to the requirements of this solicitation and be received no later than 10 September 2025 at 9:00 AM EDT. It is the responsibility of the offeror to ensure that the quote and its attachments are received. Any correspondence sent via e-mail must contain the subject line “FA8601-25-Q-0167, SFS ALPR Cameras” The entire quotation must be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any. E-mails with compressed files are not permitted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent. The email filter may delete any other form of attachments. If a DoDSafe drop off is needed, please notify the contract specialist or contracting officer at least 48 hours before quotes are due. Any quotes received after designated closing date and time need not be considered. Quotes must include aggregate total of base plus all option year CLINS, if requested (IAW FAR 52.217-5 Evaluation of Options). All quotes shall conform to the Contract Line Item Number (CLIN) structure of attached solicitation.
5. Notice to Vendor(s): The Government reserves the right to cancel this solicitation, either before or after the closing date.
6. Period of Acceptance of Quotes: Offeror agrees to hold prices in its quote firm for 45 calendar days from the date specified for receipt of offers.
7. SAM Registration: Firms submitting a quote for the solicitation described herein, MUST be registered in the System for Award Management (SAM) database, or risk the quote as being non-responsive, regardless of the package being considered complete, timely or any other salient consideration. Information to register on SAM can be found at the web site, SAM.gov.
8. Provisions and Clauses: See solicitation attachment for applicable provisions and clauses. Offerors shall compete and include in quotations all representations and certifications, as well as all fill-in provisions and clauses, contained within this solicitation. Additionally, quotations that contain pricing only with no description/detail of the equipment that will be provided will not be accepted or considered for award.
List of Attachments:
- Combo Solicitation dated 05 Sept 2025
- Amendment_0001_SF30
- PWS_ALPR_dated 04 Sept 2025
- Wage_Determination_rev27_Dated 08 July 2025
- ALPR RFI dated 05 Sept 2025