Door Handle Lockset Replacement and Rekeying
USDA-ARS, PWA, Aberdeen, Idaho has a requirement for replacement of door handle/locksets, re-keying of facility locksets, replacement of entrance door, installation of stainless-steel armor door prote... USDA-ARS, PWA, Aberdeen, Idaho has a requirement for replacement of door handle/locksets, re-keying of facility locksets, replacement of entrance door, installation of stainless-steel armor door protection plates and install lab door window. See attached Scope of Service (SOS) and Attachments for the complete requirement. Brand name or Equal. If your proposal includes an equal, it should clearly show that the alternate you are proposing is equal. This is a combined synopsis/solicitation for a commercial item 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. This procurement will be awarded as a Firm-fixed Price Contract, FOB destination. Simplified Acquisition Procedures will be used. The Solicitation number 12020220S00010 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Agriculture Federal Acquisition Regulations supplement (AGAR) can be accessed on the internet at http://www.acquisition.gov/content/regulations. Interested parties are responsible for monitoring this website to ensure they have the most current information (i.e. Amendments) for the solicitation. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Any amendment and documents related to this procurement will be available electronically at Beta.Sam.gov NAICS CODE: The associated NAICS code is 561622 – Locksmiths and small business size standard is $22M.. Notice of Set-Aside for Small Business Concerns: This requirement is a Total Small Business Set Aside. SITE VISIT: An organized Site Visit has not been scheduled. Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. FAR 52.237-1. You are requested to schedule a site visit by contacting: Roger Workman, Cell: (208) 844-0200 or email: Roger.Workman@usda.gov Bring a mask and photo identification to the individually scheduled site visit. PERIOD OF PERFORMANCE: The Government requires delivery and installation of the door handle locksets, etc. no later than 120 days after receipt of the order. However, each offeror shall include their proposed delivery and installation schedule as part of their quotation. 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 products 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. USDA-ARS is Tax Exempt. See attached Tax Exemption Certificate: 720564834F. Service Contract Act Wage Determination: SCA Wages apply to this commercial item installation service. See attached SCA WD #2015-5517. Davis Bacon Wage Determination: Construction wages apply to a small portion of the Statement of Services (SOS), see the following projects. See attached: DB ID21(1). Project #4 - Removing metal entrance door located at loading dock and installing a new metal door and frame with window; Project #6 – Installing (52) stainless steel door protection plates; Project #7 – Installing new glass window with frame into wood lab door of Lab #110. Quote Submission Instructions: Read the solicitation in its entirety (including the Specifications document). In order to be considered for award, Offerors shall provide A quote detailing the prices associated with each item description and quantity; travel, time and labor (installation costs); shipping costs; and total price; Descriptive literature, brochures, and other relevant information on products and support; A list of three references (Government references preferred) including the email address of the person to be contacted; Offeror’s DUNS number; Offeror’s business size (average annual receipts); GSA Contract number and expiration date (if applicable); SAM REGISTRATION: Contractor must be registered at SAM.gov (System for Award Management) at https://www.sam.gov/SAM/ at the time of quote submission. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2020) with its offer. Each offeror shall include their proposed delivery and installation schedule as part of their quotation. Deliver to USDA-ARS, 1691 S 2700 W, Aberdeen, ID 83210. Please make quote valid until September 30, 2020. This is a Best Value Acquisition. The Government will award a fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, which may not necessarily be the quote offering the lowest price nor the highest technical advantage. In the event two or more offers are considered essentially equal in terms of technical competence, the Government reserves the right to award to the offeror with the lowest realistic price. FAR 15.101-2 Warranty: The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. The evaluation factors are: (a) Quotes will be evaluated against the technical capability of the product offered to meet the Government requirement. (b) Price: Quotes must be based on FOB Destination. Offerors are encouraged to provide discounts in their pricing. The Government will evaluate prices offered for reasonableness in accordance with FAR 13.106-3(a) – Basis for Award, (c) Past performance. Rejection of Quotation: Failure to demonstrate compliance will cause the quote to be rejected without further discussions. The Government may elect to conduct clarifications and/ or communications with offerors whose quotes are technically acceptable (or which may be expected to be made acceptable by moderate modification). The Government reserves the right, however, to award a contract based on initial offers without conducting clarifications and/ or communications. Therefore, each quote should be submitted in the most favorable terms, from a price and technical standpoint. See FAR 9.104-1. Depending upon funding availability: Due to the complexity of government contracting we may not have funding available for this project. QUOTES ARE DUE by Monday, September 21, 2020, 4:00 PM Eastern Daylight Time. Quotes should be sent to Rose Wride, Purchasing Agent, USDA-ARS, 1691 S 2700 W, Aberdeen, ID 83210; by email (preferred) to: Rose.Wride@ars.usda.gov This RFQ incorporates by reference, or full text, the following clauses and provisions. The full text may be accessed electronically at this address: https://www.acquisition.gov/browse/index/far FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Service or Equipment (Aug 2020) FAR 52.204-26 Covered Telecommunications Equipment or Services – Representation (Dec 2019) FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Convictions under any Federal Law (Feb 2016) FAR 52.211-6 Brand Name or Equal (Aug 1999) FAR 52.212-1 Instructions to Offerors – Commercial Items (Jun 2020) FAR 52.212-2 Evaluation – Commercial Items (Oct 2014) Factors to be used to evaluate offers will be Lowest Price/Technically Acceptable Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2020) with its offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2018) Addenda 52.212-4(g) as follows. Electronic Invoicing and Payment Requirements – Invoice Processing Platform (IPP) Payment requests must be submitted electronically through the U.S. Department of the Treasury’s Internet Payment Platform System (IPP). The IPP website address is: https://www.ipp.gov. FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Jul 2020). The additional applicable FAR clauses cited in 52.212-5 are as follow; (1)52.203-6, Restrictions on Subcontractor Sales to the Government (JUNE 2020), with Alternate I (OCT 1995) ( 41U.S.C.4704 and 10 U.S.C. 2402). (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (JUN 2020) (31 U.S.C. 6101 note). (14) (i) 52.219-6, Notice of Total Small Business Set-Aside (MAR 2020) of 52.219-6 (15 U.S.C. 644). (16) 52.219-8, Utilization of Small Business Concerns (OCT 2018) (15 U.S.C. 637(d)(2) and (3)). (19) 52.219-14, Limitations on Subcontracting (MAR 2020) (15 U.S.C. 637(a)(14)). (26) 52.219-33, Nonmanufacturer Rule (MAR 2020) (15U.S.C. 637(a)(17)). (27) 52.222-3, Convict Labor (JUN 2003) (E.O.11755). (28) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN2020) (E.O.13126). (29) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (30) (i) 52.222-26, Equal Opportunity (SEP 2016) (E.O.11246). (31) (i) 52.222-35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212). (32) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). (33) 52.222-37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212). (34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). (35) (i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513). (48) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). (51) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (56) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). (58) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT2018) (31 U.S.C. 3332). (End of clause) FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran – Representation and Certifications (Jun 2020) FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) AGAR 452.204-70 Inquiries (Feb 1998) AGAR 452.211-70 Brand Name or Equal AGAR 452.219-70 Size Standard and NAICS Code Information (Sep 2001) The following are applicable specifically to: Project #4 - Removing metal entrance door located at loading dock and installing a new metal door and frame with window; Project #6 – Installing (52) stainless steel door protection plates; Project #7 – Installing new glass window with frame into wood lab door of Lab #110. FAR 52.236-5 Material and Workmanship (Apr 1984) FAR 52.236-7 Permits and Responsibilities FAR 52.244-6 Subcontracts for Commercial Items (Aug 2020)
Data sourced from SAM.gov.
View Official Posting »