Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2025 SAM #8697
SOLICITATION NOTICE

Y -- Radio Communication System - Washington, DC

Notice Date
9/16/2025 2:55:03 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
USDA ARS AFM APD BELTSVILLE MD 20705 USA
 
ZIP Code
20705
 
Solicitation Number
1232SA25Q0865
 
Response Due
9/24/2025 10:00:00 AM
 
Archive Date
10/09/2025
 
Point of Contact
Melissa Santos
 
E-Mail Address
melissa.santos@usda.gov
(melissa.santos@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued. The USDA, Agricultural Research Service has a requirement for replacement of Radio Communication System per the attached statement of work. In accordance with the procedures in FAR Part 13 and FAR Part 36, this Request for Proposal (RFP), number 1232SA25Q0865, is available through electronic commerce via the System for Award Management (SAM) at www.SAM.gov. The North American Industry Classification System (NAICS) Code 238210 � Electrical Contractors and Other Wiring Installation Contractors. The resulting purchase order will be a firm-fixed price type. Delivery to: USDA/ARS/USNA - United States National Arboretum 3501 New York Ave NE Washington, DC 20002 Item: Radio Communication System - see SOW To be considered for award, vendors must provide a proposal on company letterhead (or similar markings, clearly identifying vendor name and address) with the subject solicitation number detailing the item description, unit price per item, total price, and valid for at least 60 days after receipt of proposal. Vendors must provide pricing for each line item. Failure to provide all information may result in a proposal being determined as non-responsive without discussion. All responsible sources who submit a timely and complete proposal will be considered for award. A site visit is highly encouraged. Site visit is scheduled for Monday, September 22, 2025 at 10:00am ET. Location: 3501 New York Ave NE, Washington, DC 20002. The contact for the site visit is Daniel Jewett. Please ask for Daniel upon arrival. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2025-06. The award shall be based on overall Best Value to the Government. Best Value means the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. Award will be made to that offeror whose proposal is the most advantageous to the Government and demonstrates that (1) it meets the technical requirements of the solicitation and (2) the proposal technical/cost relationship represents the best value to the Government. Vendors are required to be active and registered in the System for Award Management at www.SAM.gov when submitting a proposal and at time of award (FAR 52.204-7(b)(1)). Payment will be made utilizing the Department of the Treasury Invoice Processing Platform at www.IPP.gov. SAM.gov and IPP.gov are FREE, official websites of the United States government. Proposals are due no later than Wednesday, September 24, 2025 12:00PM CDT. Proposals must be submitted electronically, e-mailed to melissa.santos@usda.gov; no faxed or hard copy proposals are allowed. Vendors are to submit (2) two separate proposals; 1 proposal for technical and 2nd proposal for pricing. Questions will not be accepted after 10:00AM CDT, September 23, 2025.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/55f4206342d545e69c5544ce16126f1b/view)
 
Place of Performance
Address: Washington, DC 20002, USA
Zip Code: 20002
Country: USA
 
Record
SN07592540-F 20250918/250916230042 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.