MODIFICATION
N -- Four Automatic Door Openers and Instillation
- Notice Date
- 9/17/2021 1:59:11 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
- ZIP Code
- 61604
- Solicitation Number
- 12505B21Q0138
- Response Due
- 9/27/2021 3:00:00 PM
- Archive Date
- 10/12/2021
- Point of Contact
- Aaron Dimeo, Phone: 6088900067
- E-Mail Address
-
aaron.dimeo@usda.gov
(aaron.dimeo@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 12505B21Q0138 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-07. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 238210, Electrical Contractors and Other Wiring Installation Contractors, with a small business size standard of $16.5 Million and the PSC code is N059. The Department of Agriculture (ARS) has the need for the following products and services: 001) Four Automatic Door Openers and Instillation Scope of Work: The USDA-ARS Cereal Crops Research Unit (CCRU) in Madison, WI is requesting quotes for automatic door openers and instillation. Background: The facility currently uses a DB-4550 series door closer in conjunction with an HES-1006 series electric door strike and a standard card reader to allow access to the facility through the key entryways. Once the operator swipes their pass card, the electric door strike will disengage the door latch and allow the operator to manually open the door. The DB-4550 series door closer functions to close the door, but there is no current method to provide hands free access to each entryway. The contractor will provide and install four automatic door openers at specified locations (West entryways). The contractor must supply and coordinate with applicable electrical professionals if required in the performance of the installation. Additionally, this installation will include: Automatic swing-door operators. Associated transformers. Programmable relays. Associated actuators. Verification of work to be performed prior to submitting quote. This project is intended to minimize the transfer of viruses through contact with hard surfaces. At the end of this project, four automatic door openers will be installed in key entryways to enhance the facility�s sanitation approach. Technical Requirements: Each swing-door operator will be used in conjunction with current card readers to allow touchless access to each door once an access card is swiped across the card reader. All duties should be performed within building hours of operation unless preapproved by the USDA/CCRU. Hours of Operation: Unless exceptions are pre-approved by facility maintenance personnel, all work is to be accomplished between the hours of 7:30 am to 4:00 pm, Monday through Friday, when required, Normal business hours do not include Federal Holidays or closures due to inclement weather. Notifications should be sent to the maintenance personnel, outlining when work is to be conducted, and schedule changes should also be relayed to maintenance personnel in a timely manner. Prior approval is needed before scheduling work; a CCRU Facility Access Request must be completed by maintenance personnel, and approval granted, before any work can be conducted at the facility. The following list of equipment/replacement material, special tools, and safety requirements will be verified and updated as needed by the contractor prior to submitting a quote. Electrical certifications. Proper tools and equipment associated with work. Note: Quoted products should be USA Manufactured if at all possible. Data Rights: Proprietary information applicable to contractor tasks should be outlined with guidance to protect that information if warranted. Section 508 � Electronic and Information Technology Standards: If required, maintenance personnel will provide access to system software that may be associated with equipment replacement functions. Travel: Government travel is not authorized. Trip charges/fees will be pre-approved and outlined in the service/repair contract. Contractor�s Key Personnel: The contractor is responsible for supplying personnel pertinent to the job function. Supervision and coordination of personnel will be the responsibility of the contractor. Security Requirements: All incoming personnel must report to the building administration and/or maintenance personnel upon arrival to the building for sign-in purposes. All personnel will receive a verbal screening for COVID-19 and be escorted throughout the facility. Contractor is expected to follow hygiene protocols such as social distancing, wearing of face coverings, hand sanitation, and other methods not defined. The face covering requirement is based on the honor system and is not required of those personnel who have been fully vaccinated. Evaluation Factors: Lowest price, technically acceptable. The government intends to award a firm-fixed price award based on the lowest price technically acceptable quote. The lowest priced quote will be evaluated first; if not found acceptable, the next lowest priced quote will be evaluated, and so on until an acceptable quote is identified. The government will not review higher priced quotes if the lowest priced quote is determined to be technically acceptable. For a vendor�s quoted products to be considered technically acceptable, they must meet all of the technical requirements identified in the solicitation/SOW. Key Deliverable: Four (4) Automatic Swing Door Operators Four (4) Touchless Actuators Four (4) 24-VDC Transformers Four (4) Programmable Relay Modules Installation Delivery: Delivery and instillation to be made at USDA-ARS CCRU at 502 Walnut St. Madison, WI 53726 within 90 days after contract award. The vendor shall provide all items F.O.B: destination. Location of the Government site is aboard USDA-ARS Madison, WI and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. Submitting a Quote: To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) with a current and active registration. A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register.�Vendor must also include their DUNS# on their quote. Finally, to be eligible, all vendors must be NDAA 889 Certified. If they do not currently have a NDAA 889 Certification, then they must complete the attached NDAA 889 Certification form and submit it to aaron.dimeo@usda.gov so that they can be added to the list of NDAA 889 Certified vendors. The submission and payment of invoices on the resulting contract will be made through the Invoice Processing Platform (IPP). As such, vendors must be currently registered or register in IPP in order to be able to submit and receive payment on invoices for the resulting contract. � Offerors responding to this announcement shall submit their quote on�SF 1449�(see attached). The quote should include all fees, delivery charges, and/or surcharges. This will be a tax-exempt purchase. Only electronic submissions will be accepted. Please email all quotes in writing on the SF 1449 to�aaron.dimeo@usda.gov by no later than�Monday, September 27, 2021 at 5:00 PM�Central Standard Time. Questions in regards to this combined synopsis/solicitation must be submitted through email and are due no later than�5:00 PM CST on Wednesday, September 22, 2021. Answers to any questions received by that time will be�posted as an amendment to this combined synopsis/solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8979c603afc9479baca95531bc126d55/view)
- Place of Performance
- Address: Madison, WI 53726, USA
- Zip Code: 53726
- Country: USA
- Zip Code: 53726
- Record
- SN06136566-F 20210919/210917230115 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |