United States Department of Agriculture

Annual Fire Alarm Service contract plus 2 option years

Last update: Jun 2, 2022 Last update: Jun 2, 2022

Details

Location:USA
USA
Category:Non-consulting services
Status:Awarded
Sectors:Security
Contracting authority type:Government / Public Sector
Eligibility:Organisation
Budget:N/A
Date posted: May 5, 2022

Attachments 6

Associated Awards

Project cycle timeline

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

Description

Notice ID
12405B22Q0099
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
Original Published Date: May 04, 2022 05:41 pm CDT
Original Date Offers Due: May 18, 2022 04:00 pm CDT
Inactive Policy: 15 days after date offers due
Original Inactive Date: Jun 02, 2022
Initiative:
None

Classification
Original Set Aside:
Product Service Code: S202 - HOUSEKEEPING- FIRE PROTECTION
NAICS Code:
561621 - Security Systems Services (except Locksmiths)
Place of Performance:
Athens , GA 30605
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 12405B22Q0099 and is issued as a request for quotation (RFQ). The NAICS code is 561621, SECURITY SYSTEMS SERVICES. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2022-04.

The USDA, ARS, in ATHENS, GA requires the following:

Annual Fire Alarm Service Contract as described in the Statement of Work. The quote should include:

The annual fire alarm system testing and inspection. Emergency response to include 2 hour online/phone service and 4 hour onsite response times.

The period of performance will be for a base and two option years.

Base: 6/01/2022 – 5/31/2023
Option year 1: 6/01/2023 – 5/31/2024
Option year 2: 6/01/2024 – 5/31/2025

Place of Performance: Southeast Poultry Research Lab, 934 College Station Rd., Athens, GA 30605

To schedule a site visit at the location, please contact Teddy Laguins at teddy.laguins@usda.gov.

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 Service Contract Act Wage Determinations will apply to this contract.

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.

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 overall BEST VALUE to the Government.

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 4:00 p.m. central standard time, May 18, 2022. Quotations are to be addressed to Melissa Santos, Purchasing Agent, at melissa.santos@usda.gov. Any questions regarding solicitation must be emailed to Purchasing Agent by 12 p.m. central standard time, May 13, 2022. Additional information may be obtained by contacting the Purchasing Agent by email.

Contact Information
Contracting Office Address
141 EXPERIMENT STATION ROAD
STONEVILLE , MS 38776
USA
Primary Point of Contact
Melissa Santos
melissa.santos@usda.gov
Phone Number 5042864428

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