Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2017 FBO #5752
SOLICITATION NOTICE

Z -- BAS Software Upgrade - Solicitation

Notice Date
8/21/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Agricultural Research Service - Eastern Business Service Center
 
ZIP Code
00000
 
Solicitation Number
AG-32SC-S-17-0067
 
Archive Date
9/23/2017
 
Point of Contact
Jason Robbins, Phone: 309-681-6118
 
E-Mail Address
jason.robbins@ars.usda.gov
(jason.robbins@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Decision Specifications Statement of Work Solicitation The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has a requirement to Upgrade Building Automation System (BAS) Software and Controller at the Dairy Forage Research Center, 1925 Linden Dr, Madison, WI 53706. Solicitation AG-32SC-S-17-0067 is issued as a Request for Proposals (RFP). The solicitation document, with the incorporated clauses and provisions, is issued in accordance with the Federal Acquisition Regulation (FAR) Parts 13 and 36 and will be incorporated in the awarded firm-fixed price order. Interested vendors should reference the solicitation documents for all terms and conditions. All interested parties are responsible for monitoring this website to ensure they have the most current information (i.e. Amendments) for the solicitation. No paper solicitation will be available. This will be evaluated using Lowest Price Technically Acceptable (LPTA), see solicitation for evaluation factors and submission requirements, Statement of Work. Award will be Firm Fixed Price (FFP). Notice of Set-Aside for Small Business Concerns: This requirement is a Total Small Business Set Aside. The associated NAICS Code is 238210, Electrical and Other Wiring Installation. The small business size standard is $15.0 million. Magnitude of Construction is less than $25,000. Period of performance is 59 days after award. Bonds: If the contract exceeds $35,000, the offeror to whom award is made shall furnish a payment security, which can be a payment bond or an alternative form per FAR 52.228-13, Alternative Payment Protections. Awards exceeding $150,000 require both Payment and Performance Bonds. See solicitation details regarding a Bid Bond. Site Visit: An organized site visit will be conducted on August 24, 2017 at 1:00 PM Central Time. The site visit will be held at the project location. Request you pre-register by 4:00 PM CT on August 23, 2017. Pre-register by emailing jason.robbins@ars.usda.gov with your company name and the name(s) of the representatives who will attend. Attendees must bring a Government issued photo ID that is current and valid. Enter through vestibule on west side of building. You must sign in and get a visitor badge. THIS IS THE ONLY SITE VISIT OFFERED. The site visit will be held for the purpose of providing contractors with the opportunity to familiarize themselves with the site which may be helpful in the preparation of offers. Attendance at this site visit is not mandatory for offer submission; however, failure to visit the site will not relieve or mitigate the successful contractor's responsibility and obligation to fully comply with the terms, conditions and specifications contained and/or referenced in this document. All questions regarding this solicitation must be submitted in writing to the Contracting Officer, Jason Robbins, via email to jason.robbins@ars.usda.gov. Questions must be submitted no later than 4:00 PM CT on August 25, 2017. Answers to all questions received by that time will be posted as an amendment to the solicitation. No questions will be answered after this date unless determined to be in the best interest of the Government as deemed by the Contracting Officer. Telephone requests for information will not be accepted or returned. Biobased Products: This procurement requires the use of Biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced. The products should first be acquired from the USDA designated product categories. All supplies and materials shall be of a type and quantity that conform to applicable Federal specifications and standards, and to the extent feasible and reasonable, include the exclusive use of biobased and recycled products. Please visit www.biopreferred.gov for more information on the USDA Biobased Program and to reference the catalog of mandatory biobased products. Name Brand Only - this solicitation requires Name Brand Only sole-source components to integrate into the existing BAS, see Statement of Work for details. Only Tridium Niagara software and Tridium Niagara JACE 8000 controller are authorized. Installer must be certified in these products. END
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cb05e2f207b9a29919c71e4ca6ed3f76)
 
Place of Performance
Address: USDA - Dairy Forage Research Center, 1925 Linden Drive, Madison, Wisconsin, 53706, United States
Zip Code: 53706
 
Record
SN04638076-W 20170823/170821231536-cb05e2f207b9a29919c71e4ca6ed3f76 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.