Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2017 FBO #5763
SOLICITATION NOTICE

58 -- SECURITY SYSTEM PROJECT: IDS & CCTV CAMERAS - Package #1

Notice Date
9/1/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Agricultural Research Service - Western Business Service Center
 
ZIP Code
00000
 
Solicitation Number
AG-32SD-C-17-0063
 
Archive Date
9/21/2017
 
Point of Contact
WASHINGTONI NLN,
 
E-Mail Address
washingtoni.NLN@ars.usda.gov
(washingtoni.NLN@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFP ATTACHMENT 3: COST BREAKDOWN; ATTACHMENT 4 – CALCULATION OF SELF-PERFORMED WORK & ATTACHMENT 5 – PAST PERFORMANCE QUESTIONNAIRE RFP ATTACHMENT 2 - DB WD CO170034 08182017 CO34 A RFP ATTACHMENT 1 - SCD WD 15-5421 2015-5421 REV 5 07252017 A RFP INSTRUCTIONS TO OFFEROR, SOW, AND CLAUSES IMPORTANT - NOTICE TO INTERESTED SMALL BUSINESS CONTRACTOR This RFP is a 100% set-aside for Total Small Business. Any quote that is submitted by a Contractor that is not a Small Business will not be considered for award. Please read the RFP in its entirety. The USDA ARS requires a Small Business Contractor, who can provide continuity of critical services: 1) Install, upgrade, repair & improve upon current and/or non-existing intrusion detection & access control systems; and 2) To add and/or replace video surveillance cameras located at the three (3) individual USDA ARS, PA, CARR facilities in the Fort Collins, CO that will enhance the protection of the facilities, assets and safety of personnel. Please refer to SECTION C, Statement of Work for details of requirement & building locations. The North American Industry Classification System (NAICS) Code for this acquisition is 561621 - Security Systems Services (except Locksmiths) and the small business size standard is $20.5M. Site Visit is Highly Recommend before submitting proposal and is scheduled for September 8, 2017@ 10:30AM MT. Arrangements must be made with Joseph Duchene, IT Specialist & Location Coordinator (LC) at USDA ARS, Center for Agricultural Resources Research (CARR), 2150 Centre Avenue, Building D, Suite 330, Fort Collins, CO 80526-8119 (Larimer County). For directions you may contact Joseph Duchene at 970.492-7716 or Joseph.Duchene@ars.usda.gov. Again, site visit is highly recommend (Refer to Sections C, C-3 SITE VISIT & Section M). The Contractor shall conduct a site survey of the project in order to gather site-specific data required and become familiar with the site and to discover any areas not adequately addressed with this statement of work. Before commencing work, the Contractor shall provide contact names and locations of other prior jobsites where the Contractor has installed such systems of similar size and complexity. Failure on the part of the Contractor to acquaint himself with the site conditions will not be sufficient reason for any increase in contract price). The Government intends to issue a Firm-Fixed Price Contract for this requirement and Award will be made to the responsive & compliant quote that is the Lowest Price Technically Acceptable. However, in the best interest of the Government, the Government reserves the right to award to a firm other than that offering the lowest price. (Refer to Section B) Please read this RFP in its entirety including SECTIONS B, K, L & M and all ATTACHMENTS. Besides SECTION B & the Evaluation Factors listed in SECTION M, please complete the following: A) Sign and return ONE copy of the RFP form - Standard Form 1449. B) Along with a completed SECTION B, include a BREAKDOWN OF THE OFFERED PRICE ATTACHMENT 3); a CALCULATION OF SELF PERFORMED WORK (ATTACHMENT 4); and a PAST PERFORMANCE QUESTIONNAIRE (ATTACHMENT 5). C) Interested Contractors are required to register or update their registration (including Representations & Certifications) at the System for Award Management (SAM) website at www.sam.gov in order to receive a contract award under this Solicitation. As a confirmation of this requirement, SECTION K must be signed and submitted with their quotes. Please submit your completed quote by email it to: Washingtoni.NLN@ars.usda.gov no later than SEPTEMBER 20, 2017 @ 10:00AM MT OR SOONER. All questions on this project must be in writing and should be emailed to Washingtoni.NLN@ars.usda.gov by COB the day after the site visit.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6cbc09d9a5e78cee3e1d152baead0c2b)
 
Place of Performance
Address: THREE (3) INDIVIDUAL FACILITIES AT USDA ARS, PLAIN AREAS (PA), CENTER FOR AGR RESOURCES RESEARCH, (CARR), FT COLLINS, CO AS FOLLOWS:, 1) Natural Resources Research Center (NRRC), 2150 Centre Avenue, Building D & F {Fab Shop}, Fort Collins CO 80526-8119;, 2) Crops Research Laboratory (CRL), 1701 Centre Avenue. Fort Collins, CO 80526-2081; &, 3) The National Laboratory for Genetic Resources Preservation (NLGRP), 1111 South Mason Street, Fort Collins, CO 80521-4500, United States
Zip Code: 80521-4500
 
Record
SN04658773-W 20170903/170901231459-6cbc09d9a5e78cee3e1d152baead0c2b (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.