5836--LICSENSE PLATE RECOGINTION SYSTEM and SUBSCRIPTION
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), specifically NCO 22 (36C262), is conducting a Request for Information (RFI) / Sources Sought to identify qualified sources for a License Plate Recognition (LPR) System and Subscription. This market research aims to gather information on capabilities for providing Flock Safety's Flock OS or an equal solution, including cameras, installation, and support. Responses are due March 31, 2026.
Scope of Work
The VA seeks a comprehensive LPR solution for a base year plus four option years. This includes:
- Flock Safety's Flock OS (LPR Platform) or an equivalent system.
- Law enforcement-grade, infrastructure-free LPR cameras.
- Professional installation and integration.
- Support services for up to five years, requiring the vendor to maintain current certifications and licenses.
Key Requirements
The LPR system must meet specific salient characteristics:
- Platform/Software: Vendor-managed server/cloud, identify vehicles by make/color/decals, automated alerts (NCIC, NCMEC, custom Hot List) via SMS/email/app, unlimited user access, and interagency operability with numerous law enforcement and city agencies across Los Angeles, Orange County, San Bernardino, Riverside, and San Diego Counties.
- Camera & Monitoring: Capable of covering up to two lanes, reading plates at 0-60 MPH from 40-70 feet, solar-powered with LTE or faster network, and high-resolution capture of vehicle characteristics day and night.
- Installation: Performed by licensed/certified technicians, with a complete plan approved by the Chief of Police, utilizing existing utility and camera poles.
Submission Requirements
Interested companies must provide a detailed response addressing:
- A capabilities statement demonstrating ability to meet draft SOW requirements.
- Feedback or suggestions on the draft requirements.
- Business size status (e.g., SDVOSB, VOSB, HUBZone, WOSB, Large Business) under NAICS 561621 ($25.0 MM) or 541519 (150 employees).
- Confirmation of small business status under identified NAICS.
- Status as manufacturer, authorized distributor, or solution provider.
- Compliance with limitations on subcontracting (13 CFR § 125.6).
- Confirmation of Commercial Off-The-Shelf (COTS) status and Non-Manufacturer Rule compliance.
- Adherence to the Buy American Act and manufacturer origin.
- Lead time, estimated lifespan, and leasing solutions.
- Details of any existing Federal Supply Schedule (FSS) or other Federal Government contracts.
- General pricing information (for market research only).
- SAM.gov Unique Entity ID/Cage Code.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Duration: Base year + 4 option years for the potential future contract
- Set-Aside: None specified (market research for potential future set-asides)
- Response Due: March 31, 2026, by 10:00 AM PST
- Published: March 20, 2026
Additional Notes
This RFI is for information and planning purposes only and is not a solicitation. Responses are not offers and cannot form a binding contract. All proprietary information will be handled accordingly.