66--RFI Front Entry Automation Fee Collection System

Agency:
State: Federal
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159412138329841
Posted Date: Feb 26, 2024
Due Date: Mar 11, 2024
Source: Members Only
Follow
66--RFI Front Entry Automation Fee Collection System
Active
Contract Opportunity
Notice ID
DOIPFBO240023
Related Notice
Department/Ind. Agency
INTERIOR, DEPARTMENT OF THE
Sub-tier
NATIONAL PARK SERVICE
Office
NER SUPPLY MABO(45000)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 26, 2024 01:36 pm EST
  • Original Response Date: Mar 11, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 26, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6625 - ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS
  • NAICS Code:
    • 334514 - Totalizing Fluid Meter and Counting Device Manufacturing
  • Place of Performance:
Description
This Request for Information (RFI) is an information gathering and market research tool, not a formal solicitation of a specific requirement. and no contract shall be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this RFI or any follow up information requests. No solicitation is currently available. Draft specifications are subject to change. This market research is to gain knowledge of interest, capabilities, and qualifications of interested firms.

Gateway National Recreation Area (GATE) is seeking information regarding the design, installation, and continuous operation of a front entry automation fee collection system. The project will consist of the design, installation, and continuous operation of an automated, resilient, and durable fee collection system that does NOT require staffing. The system must be vandal resistant and resiliently designed for site conditions including but not limited to storm events, storm surge, wind, sand, and salt.

The automated system will maximize parking lot revenues, account for yearly parking lot pass holders, and create a system for various types of payment including but not limited to the following:
1. EZ-Pass
2.        Credit and Debit Cards
3.        Application based payments.
4.        Integration with recreation.gov
5.        The system will be a cashless system.

The automated system will include all of the infrastructure required to create a fully functional “Plug & Play” equipment by Service Contract functional. This includes but is not limited to the following:
1. Items that are anticipated to be provided include but are not limited to the following:
-        License Plate Reader Cameras/EZ Pass Readers, security cameras, Antenna, and Patron Feedback Display
-        Software
-        In-lane Pay stations
-        Proprietary electronics and software
-        Internet provider
2. Remove and dispose of all existing extraneous infrastructure and needed to implement the automated system.
3. Electrical to support the automated pay system.
4. Telecommunication to support the automated pay system.

Please provide the following information:

1. Contact information: Name, address, SAM.gov UEI number, and points of contact with
telephone numbers and e-mail addresses.

2. Business Size/ Classification: Please indicate the business size and classification of your company to include any/all additional designations as Small Business, HUBZone, Woman Owned Small Business, Service-Disabled Veteran Owned Small Business, 8(a), or Indian Small Business Economic Enterprise (ISBEE) shall be clearly indicated in the submission.

3. Capabilities Statement: Description of capabilities to perform construction as described
above and also address the statements below:

a.        Provide a description of how to integrate the different payment methods.

b.        Provide a description of how to integrate EZ-Pass.

c.        Provide a description of how America the Beautiful Passes, Every Kid Outdoor passes, and Military Identification for discounted rates could be integrated into this system. Are there types of passes that cannot be integrated?

d.        Provide a description of how to connect the equipment to the updated infrastructure.

e.        Provide a description of the types of equipment that are likely needed for the pay systems and feedback displays.

f.        How will you manage and maintain the system?

g. What would happen if the system were not functioning, or the power goes down?
Send responses to mary_hallmon@nps.gov.

Responses will be accepted until 2:00 PM EST on 8 March 2024.
Attachments/Links
Contact Information
Contracting Office Address
  • 210 NEW YORK AVENUE
  • STATEN ISLAND , NY 10305
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 26, 2024 01:36 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >