SOLICITATION NOTICE
N -- Installation and Repair of Electronic Security System
- Notice Date
- 8/18/2025 5:59:31 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- USDA ARS AFM APD BELTSVILLE MD 20705 USA
- ZIP Code
- 20705
- Solicitation Number
- 1232SA25Q0363
- Response Due
- 8/20/2025 2:00:00 PM
- Archive Date
- 09/04/2025
- Point of Contact
- lynn Hults, Phone: 9124649723
- E-Mail Address
-
lynn.hults@usda.gov
(lynn.hults@usda.gov)
- Description
- Questions and Answers. Q1: How old is the facility? A1: Response: The age of buildings at the Beltsville Location varies widely following a major expansion of facilities in the 1930s and 1940s. Further, several buildings received a complete renovation in the last 20 years. The DC Location was established in 1927 and building ages also varies widely. Q2: How much square footage is in the facility? A2: Response: Square footage also varies widely as there are 40 plus buildings of varies sizes from 1,500 to 68,463 gsf. Q3: How stable is the power? A3: Response: The Beltsville Location�s west campus and DC Location has reliable power. The Beltsville Location�s east campus experiences periodic unannounced outages. Q4: Is there a dropped ceiling in all areas of installation? A4: Response: No Q5: What type of walls are in the perimeter areas? A5: Response: Concrete, Masonry, Wood, Steel, Glass and Polycarbonate. Q6: Do we need to drill between the walls, to run our cable infrastructure? A6: Response: Overwhelmingly no but there may be occasions where a wall may require use of a drill. Q7: Do we need to use conduit? If yes, what do you estimate the total conduit footage will be? A7: Response: Conduit estimates fall to the vendor to evaluate based on the task(s) required. Q8: Are the door frames metal and concrete filled? A8: Response: The contents of every door frame is unknown; however, there isn�t an instance known where frames had concrete. Q9: Please provide a comprehensive list of quantities of all IDS items needed to include model # (e.g. total number of motion sensors, glass breaks, etc.) per location. A9: Response: The question requires further defining. The PWS lists a bench stock to support replacement of parts that could potentially fail. Q10: Do you currently have existing IDS Sensors in your doors? Please specify which doors. A10: Response: there are recessed contacts, magnetic door contacts, and balanced magnetic sensors/switches on exterior doors (to include roll up doors) and on various interior doors. Q11: What is the manufacturer of the existing IDS system? A11: Response: the USDA uses Lenel OnGuard, version 7.6. with the USDA planning to upgrade the Enterprise at on unknown time. Q12: Will we be able to reuse the existing cable? If so, what type of cable is there currently? A12: Response: serviceable existing cable can be used. Standard industry cables for Electronic Security Systems may be used. Q13: Are Ceilings Suspended? Or Hard Lid? A13: Response: most ceilings are suspended but there may be isolated areas where a hard lid present. Q14: Are there existing Cable Trays for wiring above ceilings? A14: Response: yes, but not in all areas. Q15: Can Existing Wiring be utilized? A15: Response: see response to Question 12. Q16: Is a �UPS� required? If so, What Time/Power Duration is required? A16: Response: nearly all buildings are connected to a generator and most buildings have an UPS. The Government is currently attempting to procure new UPS with a 2-hour run time at 90w. Q17: re �Or Equal� Equipment substitutions allowed? A17: Response: the vendor must use equipment acceptable to LenelS2 and Milestone Systems. Q18: Is �Plenum Wire� acceptable? A18: Response: If acceptable by Lenel OnGuard standards, yes. Q19: Is �After Hours Access� for said work, available to contractor at no add�l cost to the Gov�t? A19: Response: after-hours access is acceptable only for work that cannot be performed during normal business hours. Example, testing of building�s individual security alarm components, which cannot be performed when personnel are present. Q20: What is the height of Exterior Cameras? (If any) A20: Response: most existing exterior cameras can be reached using a ladder. One camera at the rear on Building 003 will require a lift. Future camera additions may require use of a lift at the Beltsville Location. Q21: Please provide a list of equipment and parts # that are to be installed. A21: Response: See response to Question #9 above. Q22: Are there pipe chases between floors? A22: Response: Yes. Q23: How many feet of new wire will have to be run? A23: Response: new wire distances are determined by the vendor. Q24: What kind of cipher lock and quantities are required e.g. X-10 A24: Response: None. Q25: Because of the high cost of the parts can we bill when parts arrive on site, or in the alternative are progress payments allowed? A25: Parts can be invoiced separately once received. Q26: How many feet of new wire will have to be run? A26: This should be obained at the site visit. Q27: What kind of cipher lock and quantities are required e.g. X-10 A27: This should be obtained at the site visit. Q28: Please post the sign in sheet and Q&A's from the site visit. A28: yes this can be attached to this solicitation after the site visit. Q29: How many glassbreaks in Building 11? A29: The Task Order does not contain a Building 011 requirement for glass breaks sensors. Note that Paragraph 2.1.4.4. erroneously had two requirements contained in one paragraph. �Building 052. Install glass break sensors in every room that has a window.� should have had a separate paragraph. Building 052 has nine (9) rooms with windows and 12 glass break sensors are necessary. Q30: Are we providing expansion panels if there is a need for them? A30: Yes, if required. Q31: Are there existing cable pathways in each space? A31: Largely yes, however, there may be an area(s) without a pathway. Q32: Can you specify which readers will be swipe only and which readers will be pin prox readers? A32: Two (2) Federal Select Agent Program doors require a keypad for swipe and PIN and all other door readers are for swipe only. Q33: Can you provide a site map of each building's floor plans with devices marked? A33: Upon award, maps can be provided. However, it should be noted that the maps were not maintained since the original installation of the devices. Q34: Any conduit requirements? A34: Cables below false ceilings shall be protected with metal conduit. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in 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. Solicitation number 1232SA25Q0363 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03. The associated NAICS code is 561621 (Security Systems Services (except Locksmiths)) with a small business size standard of $25.0 Million. USDA, ARS, BARC 10300 Baltimore Avenue BLDG 003, RM 231, BARC-West Beltsville, MD 20705 Is looking for procurement of the Installation and Repair of Electronic Security System which fits with the associated Statement of Work / Specifications. The Government anticipates award of a Firm Fixed Price contract. Each quote must show a breakdown giving price of each element, provide descriptive literature or information showing that the quoted services meet all parts of the Statement of Work. A site visit is scheduled for Friday August 8, 2025, at 9:00 AM EST. Vendors interested in attending the site visit must notify Lynn Hults at lynn.hults@usda.gov by Thursday August 7, 2025, by 3:00 PM CST to be added to the approved list. Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-2. The Government anticipates award of a contract resulting from this solicitation to the responsible quoter whose quote conforms to the RFQ and specifications using Lowest Price Technically Acceptable (LPTA) to the Government in accordance with FAR 13.106-2(b)(3) considering two major areas: technical acceptance and price. Quotes will be evaluated by performing a technical and price evaluation (LPTA) in accordance with FAR 13.106-2(b)(3). Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping). The Technical aspects will be evaluated based on the ability to meet the minimum standards in the Statement of Work (SOW). The Quotations will be evaluated started at the lowest price first. If the lowest is not acceptable then the next lowest will be evaluated. Technically Acceptable; Quote clearly meets the minimum requirements of the SOW. Technically Unacceptable; Quote does not meet the minimum requirements of the SOW. Electronic submissions are preferred. Please email all quotes to lynn.hults@usda.gov. NO LATE QUOTES WILL BE ACCEPTED. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination. The Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses that apply to this acquisition are in the attached document titled Service Provisions 115769. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A UEI (Unique Entity ID) number is required in order to register. All invoices shall be submitted and paid electronically. Quotes must be received no later than Wednesday, August 20, 2025 at 4:00 PM Central Standard Time. Questions regarding this combined synopsis/solicitation are due no later than Monday August 18, 2025, by 3:00 PM CST. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fc21c02754a142acbf5702616abcca90/view)
- Place of Performance
- Address: Beltsville, MD 20705, USA
- Zip Code: 20705
- Country: USA
- Zip Code: 20705
- Record
- SN07554830-F 20250820/250818230045 (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 |