United States Department of Agriculture

Annual Fire Alarm Monitoring Service plus 4 option years

Last update: Jun 1, 2023 Last update: 01 Jun, 2023

Details

Location:USAUSA
Category:Non-consulting services
Status:Awarded
Sectors:Security
Languages:English
Contracting Authority Type:Government / Public Sector
Eligibility:Organisation
Budget:N/A
Date posted:06 Feb, 2023

Attachments 7

Associated Awards

Project cycle timeline

STAGES
EARLY INTELLIGENCE
PROCUREMENT
IMPLEMENTATION
Cancelled
Status
Programming
Formulation
Approval
Forecast
Open
Closed
Shortlisted
Awarded
Evaluation

Associated tenders 0

Status

Date

Description

Annual Fire Alarm Monitoring Service plus 4 option years

Contract Opportunity

Notice ID:
12405B23Q0092
Related Notice:
Department/Ind. Agency:
AGRICULTURE, DEPARTMENT OF
Sub-tier:
AGRICULTURAL RESEARCH SERVICE
Office:
USDA ARS SEA AAO ACQ/PER PROP

General Information:

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 03, 2023 01:23 pm CST
  • Original Date Offers Due: Feb 17, 2023 03:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 04, 2023
  • Initiative:
    • None

Classification:

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J063 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    Tifton , GA 31793
    USA

Description:

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 ServicesThis 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.

Want to unlock full information?
Member-only information. Become a member to access this information. Procurement notices from over 112+ donors and banks are available here
Learn more about our membership benefits