6350--VA Police LPR System Subscription Base Plus 4 OY
ID: 36C26225Q0254Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Other Computer Related Services (541519)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs (VA) is soliciting proposals for a License Plate Recognition (LPR) system, specifically targeting small businesses, including service-disabled veteran-owned enterprises, to enhance law enforcement capabilities at the Loma Linda VA Healthcare System in California. The procurement involves providing Flock Safety's Flock OS platform, which includes infrastructure-free license plate recognition cameras, along with professional installation and integration services, under a firm-fixed price contract that covers a base year and four optional years. This initiative underscores the VA's commitment to leveraging advanced technology for security purposes while supporting small business participation in federal contracting. Interested vendors must submit their proposals electronically by January 9, 2025, to Contract Specialist Sam Choo at sam.choo@va.gov, ensuring compliance with all specified requirements and forms.

    Point(s) of Contact
    Choo, SamContract Specialist
    sam.choo@va.gov
    Sam.choo@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is soliciting proposals for a License Plate Recognition (LPR) system, specifically targeting service-disabled veteran-owned small businesses. The solicitation, numbered 36C26225Q0254, calls for the provision of Flock Safety's LPR platform, including cameras and professional installation, at the Loma Linda VA Healthcare System in California. Proposals are due by January 7, 2025, at 10:00 AM Pacific Time, and must be submitted electronically to the Contract Specialist, Sam Choo. Offerors need to provide a capabilities statement demonstrating their ability to meet the specified requirements or propose equivalent products. The contract will be firm-fixed price, covering a base period plus four option years. It is imperative for interested vendors to be registered as small businesses in SAM.gov to be eligible for award. The solicitation emphasizes compliance with certain telecommunications and service representations, ensuring that all proposals reflect the required specifications and pricing structures, including shipping costs. This initiative underscores the VA's commitment to enhancing law enforcement capabilities through advanced technology while supporting veteran-owned businesses in the procurement process.
    The document is an amendment to a Request for Quotation (RFQ) issued by the Department of Veterans Affairs for the procurement of Flock Safety’s Flock OS License Plate Recognition (LPR) system, along with the professional installation and integration services at the Loma Linda VA Healthcare System. The solicitation seeks proposals to award a firm-fixed price contract, encompassing a base year and four option years, specifically aimed at service-disabled veteran-owned small businesses registered in SAM.gov. Participants must provide a detailed demonstration of their capability to meet the specified physical and functional characteristics outlined in the request. Submissions are to be made electronically by January 9, 2025, to the designated Contract Specialist, requiring completion of several forms, including the Standard Form 1449 and pricing information. Overall, this solicitation emphasizes open market competition within a framework encouraging participation from small businesses, recognizing the importance of brand-specific specifications while allowing for equivalent alternatives. The outlined process underscores adherence to federal procurement protocols to ensure transparency and compliance.
    The Department of Veterans Affairs (VA) is issuing a solicitation (36C26225Q0254) for a contract focused on providing a License Plate Recognition (LPR) System at the Loma Linda VA Healthcare System. This request is directed toward small businesses as per the NAICS Code 541519, with the intention of awarding a firm-fixed price contract that includes a base period and four additional option years. The selected contractor will provide Flock Safety's Flock OS system, including the installation of infrastructure-free LPR cameras. The requirement emphasizes that vendors must demonstrate compliance with specified physical and functional characteristics, either through brand name or equivalent equipment submissions. Interested small businesses must submit their quotations electronically by January 9, 2025. Specific instructions for submission, including required forms and details regarding shipping costs, are outlined in the solicitation. This effort represents the VA's focus on enhancing law enforcement capabilities through advanced technological solutions while maintaining compliance with federal contracting regulations.
    The document is a Request for Proposals (RFP) from the Department of Veterans Affairs for a subscription-based License Plate Recognition (LPR) system for the Loma Linda VA Healthcare System Police Service, covering a five-year period from January 1, 2025, to December 31, 2029. The contract includes a base year and four optional years. The acquisition aims to enhance law enforcement capabilities through the implementation of Flock Safety's LPR system, which includes infrastructure-free cameras, automated alerts for specific vehicles, and unlimited user access. Key components outlined include requirements for the contractor's support services, eligibility, certification to provide necessary services, camera capabilities (e.g., capturing plate info at high speeds, solar-powered operation), and the integration with local and regional law enforcement agencies in San Bernardino and San Diego Counties. The submission of proposals must follow specified formats, and invoices must be submitted electronically. Contractual terms reflect federal guidelines, including compliance with various procurement standards and regulations. The solicitation is designed to foster small business participation, particularly for veteran-owned enterprises. The overall objective is to enhance security and operational efficacy within the VA Police Service through advanced technology solutions.
    This document is a combined synopsis/solicitation for a Request for Quotation (RFQ) numbered 36C26225Q0254 from the Department of Veterans Affairs Network Contracting Office 22, aimed at procuring service-disabled veteran-owned small businesses for commercial products. The government seeks to contract for Flock Safety’s Flock OS, a law enforcement-grade license plate recognition platform, including associated installation and integration services, to be utilized at the Loma Linda VAMC. All interested small businesses must be registered on SAM.gov, and submissions must demonstrate compliance with specified requirements. Proposals must be submitted electronically by January 7, 2025, with various forms filled out, including Standard Form 1449 and pricing details. The selected contractor must ensure deliveries are included in their cost as F.O.B Destination. The RFQ allows for both brand-name products and equivalents, detailing the expectation that submissions illustrate how the provider meets or exceeds the stipulated characteristics and requirements. This process highlights the government's commitment to supporting veteran-owned businesses while ensuring quality procurement of essential technology for law enforcement purposes.
    The document details a modification of a Request for Quotation (RFQ) issued by the Department of Veterans Affairs (VA) under solicitation number 36C26225Q0254. The modification extends the submission deadline for offers to January 9, 2025, at 10:00 AM PST, allowing vendors additional time to respond due to holiday closures. The contract seeks a service-disabled veteran-owned small business to provide Flock Safety's License Plate Recognition Platform at the Loma Linda VA Medical Center, including installation and integration. Vendors must be registered as small business vendors in SAM.gov. Amended terms require interested parties to demonstrate their capacity to provide brand-equivalent products by submitting a detailed capabilities statement. The submission process involves strict adherence to form completion and email deadlines to ensure consideration for contract award. This RFQ aims to enhance law enforcement capabilities at the facility while supporting small business participation within government contracts.
    The document is an amendment to a solicitation by the Department of Veterans Affairs (VA) Network Contracting Office 22, specifically for the provision of Flock Safety's License Plate Recognition Platform at the Loma Linda VA Medical Center. The amendment extends the deadline for submitting offers to January 9, 2025, and updates essential information regarding the NAICS code and small business size standards. The solicitation, identified as RFQ 36C26225Q0254, seeks to award a firm-fixed price contract, including base and four option years, emphasizing competition among small businesses under NAICS Code 541519. Interested vendors must submit proposals electronically, demonstrating their capability to meet criteria specified in the solicitation description. The document outlines submission requirements, including filling out specific forms and providing prices inclusive of shipping costs. Overall, the amendment serves to clarify competition guidelines and ensure that potential contractors understand the terms required for their proposals, maintaining transparency and compliance with governmental procurement processes.
    The Department of Veterans Affairs (VA) is issuing a Request for Quotation (RFQ) under solicitation number 36C26225Q0254, aiming to procure commercial license plate recognition technology from small businesses. The contract will involve the Flock Safety Flock OS platform and requires professional installation at the Loma Linda Veterans Affairs Medical Center (VAMC). Eligible vendors must comply with NAICS Code 541519 and must be registered as small business vendors on SAM.gov. Proposals are invited for both the brand name items and equivalent options; interested parties must demonstrate capability in meeting specified characteristics. Submissions should be sent electronically by January 9, 2025, and must include required forms and a detailed breakdown of pricing. This procurement focuses on enhancing law enforcement capabilities through advanced technology, thereby ensuring security in veteran facilities. The stringent criteria for participation emphasize the importance of compliance with technical specifications and timely submission of offers.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Z2DA--Upgrade Video Assessment Surveillance System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to upgrade the Video Assessment Surveillance System (VASS) at the VA Caribbean Healthcare System (VACHS) located in San Juan, Puerto Rico. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to enhance physical security by replacing existing cameras with a new VASS that will provide improved surveillance coverage, advanced monitoring software, and modern analytics tools, including license plate readers and facial recognition capabilities. The contractor will be required to complete the work within 1,095 calendar days from the Notice to Proceed, with the solicitation expected to be issued around January 30, 2026. Interested firms must be registered in the System for Award Management (SAM.gov) and certified as active SBA SDVOSB to participate in this procurement, and they can contact Ana G. Alvarado at ana.alvarado@va.gov or 939-321-0814 for further information.
    6350--Avigilon video surveillance system project
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide an Avigilon video surveillance system for the VA Pacific Islands Healthcare System located in Honolulu, HI. The project involves procuring, installing, and configuring 16 Avigilon network cameras, a Network Video Recorder (NVR), and associated hardware, with the goal of modernizing security infrastructure to enhance safety for Veterans, staff, and visitors while ensuring compliance with federal mandates. This initiative is critical for improving cybersecurity and overall facility safety, particularly in sensitive areas such as mental health and veteran services. Interested parties should direct inquiries to Contract Specialist Mathew B. Czeshinski at Mathew.Czeshinski@va.gov, with the solicitation documents expected to be available around December 10, 2025, and the contract to be awarded as a Firm-Fixed Price contract.
    DA01--Brillians Software Licensure (VA-26-00025640)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the G.V. Sonny Montgomery VA Medical Center, is seeking to award a firm fixed price sole-source contract to SupraVISTA Medical DSS, LLC for the procurement of Brillians Software Licensures. This opportunity is outlined in a Sources Sought Notice and is intended for informational and planning purposes only, indicating that the VA is not currently soliciting competitive quotes or proposals. The software is crucial for the operations of the Veterans Integrated Service Networks (VISN) 16 Clinical Informatics, supporting their IT and telecom business application needs. Interested parties must submit their responses by 2:00 PM CST on November 7, 2025, to Contract Specialist Jennifer McCloud at Jennifer.McCloud@va.gov, with the NAICS code for this procurement being 511210, which has a size standard of $47 million.
    6350--Portable Metal Detection System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Portable Metal Detection System for the VA Phoenix Health Care System, with a focus on small business participation. The procurement requires a system that meets specific performance criteria, including high sensitivity for detecting ferrous metals, adjustable thresholds, and durability for both indoor and outdoor use, while also ensuring compliance with major standards for walk-through metal detectors. This equipment is crucial for enhancing security measures within the healthcare facility. Interested vendors must submit their written offers by December 19, 2025, at 15:00 Pacific Local Time, and any questions regarding the solicitation should be directed to Contracting Officer Victor Oliveros at victor.oliveros@va.gov by December 16, 2025.
    TheraDoc Electronic Clinical Surveillance Platform
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure the TheraDoc Electronic Clinical Surveillance Platform through a federal contract. This procurement aims to enhance clinical surveillance capabilities within the department, ensuring improved patient care and safety through advanced electronic monitoring solutions. The platform is critical for the effective management of clinical data and real-time surveillance, which is essential for healthcare operations within the Veterans Affairs system. Interested vendors can reach out to the Contract Specialist, Mickey A. Linize, at mickeya.linize@va.gov or by phone at 913-946-1967 for further details regarding the justification and requirements associated with this opportunity.
    R499--478-26-1-6869-0002: VISN 1 HR - Workers Compensation Surveillance (VA-26-00013938)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking quotations for Workers Compensation Surveillance services for the VISN 1 Healthcare System, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement involves providing physical and electronic surveillance of injured employees receiving benefits, along with an annual review of unmanned surveillance camera footage, over a contract period that includes a base year and four optional years. This service is crucial for ensuring compliance with federal regulations and effectively managing workers' compensation cases. Interested vendors must submit their quotes by December 22, 2025, at 1:00 PM Eastern Time, and can direct inquiries to Contracting Specialist Sebastian Freeze at sebastian.freeze@va.gov.
    DA10--Learning Management System Cloud Subscription and Support Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for a Learning Management System (LMS) cloud subscription and support services for the VA Southern Nevada Healthcare System, under Solicitation 36C26126Q0210. The procurement aims to provide a comprehensive LMS that supports healthcare education professionals by ensuring staff training, compliance with VA standards, and professional development, with a requirement for SCORM capability and FedRAMP authorization. This LMS will facilitate various training modalities, including instructor-led and e-learning, and must be operational by January 1, 2026, with an anticipated user base of approximately 180 annual users and 5 administrators. Interested vendors must submit their proposals by December 16, 2025, and direct any inquiries to Contract Specialist Brandy P. Gastinell at Brandy.Gastinell@va.gov.
    DA10--Bi-Directional Image/Report Exchange
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking information from qualified vendors for a Bi-Directional Image/Report Exchange System to enhance the Veterans Health Administration's (VHA) imaging capabilities. The procurement aims to establish a national enterprise imaging system that integrates with existing electronic health records (EHRs) and community care referral systems, ensuring secure and efficient management of clinically relevant medical imaging for veterans. This initiative is critical for improving access to medical imaging, facilitating seamless data exchange, and supporting advanced workflows, with stringent requirements for security, accessibility, and system performance. Interested parties must submit their responses by December 18, 2025, with questions due by December 5, 2025. For further inquiries, contact Contract Specialist Laura Startek at Laura.Startek@va.gov or 848-377-5089.
    6540--National Prescription Eyeglasses Manufacturing
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the manufacturing of national prescription eyeglasses, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contract will cover the production of both dress and safety prescription eyeglasses for eligible Veterans across all VA medical centers and outpatient clinics, with a focus on adhering to strict quality control and timely delivery. This procurement is vital for ensuring that Veterans receive necessary eyewear services, enhancing their quality of life and healthcare outcomes. Proposals are due by January 7, 2026, at 4:30 PM Eastern Time, and interested parties should contact Contract Specialist Jeremy J. Boston at Jeremy.Boston@va.gov for further information.
    Radiology & Imaging FY2025 Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for the procurement of Radiology Imaging Systems and Accessories, under solicitation number 36H79725R0003. This opportunity encompasses a five-year base period with an option for an additional five years, aiming to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts valued at approximately $6.5 billion over ten years, supporting both the VA and the Department of Defense. The solicitation includes detailed requirements for imaging modalities, compliance with DICOM standards, and contractor responsibilities for training and product support, with proposals due by February 3, 2026. Interested vendors should direct inquiries to LaTonya Whiteside at LaTonya.Whiteside@va.gov by December 18, 2025, to ensure clarity in their submissions.