Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 28, 2021 SAM #7241
SOLICITATION NOTICE

N -- Intrusion Detection System and Cellular Cameras

Notice Date
9/26/2021 1:03:50 PM
 
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
RFQ-21-4329-RM02
 
Response Due
9/28/2021 7:00:00 AM
 
Archive Date
10/13/2021
 
Point of Contact
William F Rengstorf, Phone: 4782979040
 
E-Mail Address
William.Rengstorf@usda.gov
(William.Rengstorf@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
To maximize competition this publication is� being extend to 9/28/21, 10:00am. This is a combined synopsis/solicitation for commercial services 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 RFQ-21-4329-RM02 and is issued as a request for quotation (RFQ). The Product Service Code is N063 and the NAICS code is 561621 (Security Systems Services). Small Business size standard is $22,000,000. This solicitation document incorporates those provision and clauses in effect through Federal Acquisition Circular 2021-05.� The USDA, ARS, South East Fruit & Tree Nut Research Laboratory (SEFTNRL), Byron, GA requires a Photo Beam Alarm System and cellular cameras to be installed in two locations inside perimeter fence: Minimum Specifications: Furnish and install a 650� Quad Photo Beam in two different locations inside perimeter fence Furnish and install Solar Panel, Brackets and Poles Furnish and install Alarm control Panel with Cellular Furnish and install solar/cellular cameras � may require cell plan Contractor site visit is highly recommended and is scheduled for 16 Sept. 2021 at 10:00pm. Due to USDA COVID safety and protocol measures in place this scheduled date must be adhered to. If for any reason this date can not be met, please contact the listed POC for possible alternative date and time. Any quotes not meeting or exceeding the minimum specifications will not be considered.� DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) SF-18 or 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. COMPLETE SECTION D OF UPDATED FAR CLAUSE 52.204-24. PLEASE SIGN AT THE BOTTOM AND RETURN WITH YOUR QUOTE. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause 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. 52.212-4 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; 52.252-2 Clauses Incorporated by Reference. DELIVERY: FOB Destination. Deliver to the USDA, ARS SEFTNRL 21 Dunbar Rd, Byron, GA 31008 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.fbo.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 11:59�p.m. eastern standard time, Sunday, Sept. 26, 2021. Quotations are to be addressed to William Rengstorf, Purchasing Agent, at William.Rengstorf@usda.gov. Additional information may be obtained by contacting the Purchasing Agent by email.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/71b422d2a76143aa9c9a9a9bd45802d0/view)
 
Place of Performance
Address: Byron, GA 31008, USA
Zip Code: 31008
Country: USA
 
Record
SN06144624-F 20210928/210926230113 (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  © 1994-2020, Loren Data Corp.