Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2023 SAM #7753
SOLICITATION NOTICE

J -- Annual Fire Alarm Monitoring Service plus 4 option years

Notice Date
2/16/2023 9:11:13 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
USDA ARS SEA AAO ACQ/PER PROP STONEVILLE MS 38776 USA
 
ZIP Code
38776
 
Solicitation Number
12405B23Q0092
 
Response Due
2/17/2023 1:00:00 PM
 
Archive Date
03/04/2023
 
Point of Contact
Melissa Santos
 
E-Mail Address
melissa.santos@usda.gov
(melissa.santos@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Questions updated 2/16/23� Correction: Fire Alarm panels in Bldgs 85 and 43 are still being monitored via POTS line connection, not Cellular.� Questions/Answers:� Who is the incumbent currently providing this service? Action Alarms What is the most recent contract date, number and amount?� There is no contract What type of systems are present in each building? Manufactured by Honeywell. Are the most recent annual inspection reports available? Copies of the fire supression system inspection reports Site visit would like to be scheduled. What is a good date? End user on leave next week but available before and after. Are we putting in new equipment, or are we maintaining existing equipment? No new equipment, only maintaining and monitoring How are currently monitored, if it was currently landline or cellular? Cellular Are you aware of the current cellular communicators being used?� HWF2V-COM 4G Panels What cellular communicators will need to be released by the current company in order for us to utilize the same device? Unknown Do we know what model Honeywell panels the fire systems are for each site?� Intelliknight 5808 Is there 1 Fire Alarm Control Panel per building? Or do some of them network together?� 1 per building This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number is 12405B23Q0092 and is issued as a request for quotation (RFQ). The NAICS code is�561621- Security Systems Services.�This solicitation document incorporates those provision and clauses in effect through Federal Acquisition Circular 2022-06.� The USDA, ARS Tifton, GA location has a requirement for Annual Fire Alarm Monitoring Services plus 4 Option Year Periods in accordance with the attached Statement of Work. The contractor shall provide all resources necessary to accomplish the services described in this Statement of Work (SOW). Please see the attached Statement of Work for further details. Any quotes not meeting the minimum specifications will not be considered.� Place of Performance: USDA, ARS Southeast Watershed Research Unit (SEWRU) Crop Genetics & Breeding Research Unit (CGBRU) 2316 Rainwater Road Tifton, GA31793 DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price per item, discounts for trade-ins, total price and valid for at least 60 days after receipt of quote; and 2) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS;�The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at�www.sam.gov. REJECTION OF QUOTATION: Failure to demonstrate compliance will be caused to reject the quote without further discussions. All responsible sources may submit an offer and will be considered. The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS; 52.217-8 Option to Extend Services. QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees.� DELIVERY DUE DATE: The Government requires delivery on or before 30 ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer.� Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.sam.gov.� FAR 52.212-2, Evaluation-Commercial Item, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on lowest price technically acceptable. The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material, and capabilities of the offeror�s equipment. Offerors shall identify where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All sources wishing to furnish a quotation must respond by 3:00 p.m. central standard time, February 17, 2023. Quotations are to be emailed to Melissa Santos, Purchasing Agent, at melissa.santos@usda.gov. Any vendor interested in conducting a site visit may contact the Purchasing Agent by email to schedule. The final day for question submission or to schedule a site visit is 3PM CST on February 10, 2023.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b6841295b9764bd78770ee0e47aac6eb/view)
 
Place of Performance
Address: Tifton, GA 31793, USA
Zip Code: 31793
Country: USA
 
Record
SN06593595-F 20230218/230216230113 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.