Iowa Bids > Bid Detail

Physical Maintenance Services Requirement

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159896785413270
Posted Date: Mar 14, 2023
Due Date: Mar 20, 2023
Solicitation No: 12639523SS1088140
Source: https://sam.gov/opp/416d87c48d...
Follow
Physical Maintenance Services Requirement
Active
Contract Opportunity
Notice ID
12639523SS1088140
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
ANIMAL AND PLANT HEALTH INSPECTION SERVICE
Office
MRPBS MINNEAPOLIS MN
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 14, 2023 12:00 pm EDT
  • Original Response Date: Mar 20, 2023 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J063 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    Ames , IA 50010
    USA
Description



The USDA, National Centers for Animal Health (NCAH) have a requirement for preventative maintenance, routine maintenance, and emergency repairs for their Lenel access control and detection security system and a variety of closed circuit television systems installed in their facilities located in Ames, IA. USDA, NCAH intends to procure this service for the period beginning on or about June 1, 2023. The NCAH facility is composed of three separate USDA entities. The National Veterinary Services Laboratories safeguards U.S. animal health and contributes to public health by ensuring that timely and accurate laboratory support is provided by the nation-wide animal health diagnostic system. The Center for Veterinary Biologics implements the provisions of the Virus-Serum Toxin Act to ensure that the veterinary biologics available for the diagnosis, prevention, and treatment of animal diseases are pure, safe, productivity, and effective. The National Animal Disease Center conducts research to solve animal health and food safety problems faced by livestock producers and the public. This is for Small Business under NAICS 561621 and PSC J063.



Statement of Work for Requirement:



Statement of Work will be attached to this notice.



Must be lenel certified.



The USDA is conducting this Sources Sought to identify small business contractors who possess the capabilities to provide services as specified above and to determine their availability, capability and adequacy. If your firm may be interested in this requirement, is a qualified small business for the NAICS code 561621 (according to https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf), and has performed similar projects, we request the information shown below. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.



As permitted by FAR Part 10, this is a market research tool being utilized for informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy for a possible Request for Proposal (RFQ), to be issued at a later date, and in determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized. If full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals.



This notice shall not be construed as a RFQ or as any commitment or obligation on the part of the Government to issue a solicitation. The Government does not intend to award a contract on the basis of this request, so proposals will not be considered. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.



Response is strictly voluntary - it is not mandatory to submit a response to this notice to participate in any formal RFP process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice.



Submission Instructions: Responses via e-mail are due on 03/20/2023 to Contracting Officer Mario Garcia at mario.garcia2@usda.gov and must include the information requested below. Late responses will not be accepted. This is strictly market research and the Government will not entertain any questions.



Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the Sources Sought.



Qualified firms shall submit a statement of interest on company letterhead demonstrating the firm’s qualifications to perform the defined work. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, the following:




  • Company Profile to include:




  1. Company name and address;

  2. Affiliate information: parent company, joint venture partners, and potential teaming partners;

  3. Year the firm was established and number of employees;

  4. Two points of contact (names, titles, phone numbers and email addresses);

  5. UEI number and CAGE Code, as registered in the System for Award Management (SAM) at http://www.sam.gov/:

  6. Small Business designation/status (must correlate with SAM registration):



_____ Small business _____ HUBZone _____ WOSB



_____ 8(a) _____ VOSB _____ SDVOSB



_____ Small Disadvantaged Business



Additional comments: ___________________________________________________________







This information is true and correct to the best of my knowledge.





________________________________________ ___________________



Signature Date





________________________________________ ___________________



Name






Attachments/Links
Contact Information
Contracting Office Address
  • 250 MARQUETTE AVENUE SUITE 410
  • MINNEAPOLIS , MN 55401
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 14, 2023 12:00 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >