SOLICITATION NOTICE
63 -- Furnish and Install Security Cameras
- Notice Date
- 5/28/2025 6:01:57 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
- 1232SA25Q0063
- Response Due
- 5/28/2025 2:00:00 PM
- Archive Date
- 06/12/2025
- Point of Contact
- lynn Hults, Phone: 9124649723
- E-Mail Address
-
lynn.hults@usda.gov
(lynn.hults@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Q & A's Q1: How old is the facility? A1: Approximately 95 years old. Q2: How much square footage is in the facility? A2: Approximately 8.5 acres Q3: How stable is the power? A3: Somewhat unstable Q4: Is there a dropped ceiling in all areas of installation? A4: No Q5: What type of walls are in the perimeter areas? A5: Various types in 7 different buildings Q6: Do we need to drill between the walls, to run our cable infrastructure? A6: Contractor will have to determine their own means and methods to accomplish the project in a satisfactory manner. That said, only minimal amounts of exposed cabling will be considered acceptable. Q7: Do we need to use conduit? Yes If yes, what do you estimate the total conduit footage will be? A7: Contractor will have to make whatever measurements are necessary to execute their work plan to accomplish the project in a satisfactory manner Q8: Are the door frames metal and concrete filled? A8: Not sure, but it is likely Q9: Please provide a comprehensive list of quantities of all IDS items needed (e.g. total number of motion sensors, glass breaks, etc.) per location. A9: See Statement of Work. Intrusion detection installation is not a part of this project Q10: Do you currently have existing IDS Sensors in your doors? A10: See Statement of Work. Intrusion detection installation is not a part of this project Please specify which doors. Q11: What is the manufacturer of the existing IDS system? A11: See Statement of Work. Intrusion detection installation is not a part of this project Q12: Will we be able to reuse the existing cable? If so, what type of cable is there currently? A12: No Q13: Are Ceilings Suspended? Or Hard Lid? A13: Various types in 7 different buildings Q14: Are there existing Cable Trays for wiring above ceilings? A14: Various in 7 different buildings Q15: Can Existing Wiring be utilized? A15: No Q16: Is a �UPS� required? If so, What Time/Power Duration is required? A16: Not required Q17: re �Or Equal� Equipment substitutions allowed? A17:As stated in the Statement of Work, contractor can submit alternate equipment which will be evaluated. Q18: Is �Plenum Wire� acceptable? A18: Contractor will have to determine their own means and methods to accomplish the project in a satisfactory manner. Q19: Is �After Hours Access� for said work, available to contractor at no add�l cost to the Gov�t? A19: No. Q20: What is the height of Exterior Cameras? (If any) A20: Various at 3 different buildings Q21: Please provide a list of equipment and parts # that are to be installed. A21: See Statement of Work Base Bid for listing of equipment. Q22: Are there pipe chases between floors? A22: Various in 7 different buildings Q23: What is the range of the budget for this project, and is it already appropriated? A23: Please provide your best quote. Price ranges are for construction projects. Q24: Because of the high cost of the parts can we bill when parts arrive on site, or in the alternative are progress payments allowed? A24: Supplies can be billed separately after received and accepted. Q25: How many feet of new wire will have to be run? A25: Contractor will have to determine their own means and methods to accomplish the project in a satisfactory manner. Q26: What kind of cipher lock and quantities are required e.g. X-10 A26: refer to the Statement of Work Q27: Please post the sign in sheet and Q&A's from the site visit. A27: All Q&A�s will be posted to the solicitation and the sign in sheet. Q28: Please post the drawings and the key for the drawings. A28: Layout Drawings are included in the Statement of Work. Q29: Are there any existing fiber open for use to connect camera network? A29: No. Per the SOW, these cameras will be on their own separate network and not tied into the USDA network. Q30: As for the Multi sensor, it ask for that then ask for a fisheye, these are two different cameras, which one is requested? A30: Multi Sensor. Q31: Which cameras should be explosion proof? A31: Not Required. Q32: Does the Government have a brand name in mind for cameras? A32: The government is not goinfg to restrict themselves to a particular brand. We would like the base comparison be to Illumivue products. Q33: Where did the Government acquire the specs for this RFQ? A33: We would like the base comparison be to Illumivue products. Q34: Can a Cloud based system be considered? A34: No Q35: How does the agency plan on getting the video from other locations back to the main building? A35: It will be up to the bidder to propose a solution, but assume that it would be a wireless connection from the remote cameras to the monitoring station in Building 22. 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 1232SA25Q0063 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-03. The associated NAICS code is 561621 (Security Systems Services (except Locksmiths)) with a small business size standard of $25.0 Million. USDA, ARS, SEA 111 Experiment Station Rd. Stoneville, MS 38776 Is looking for procurement of the Furnishing and Installing Camera�s for Gin Lab for BLDG #�s 21, 22, 24, 27, 28, 29, & 31 which fits with the associated Statement of Work / Specifications. A site visit is scheduled for May 20, 2025 at 1:00 PM CST. Vendors interested in attending the site visit must notify Lynn Hults at lynn.hults@usda.gov by May 19, 2025 by 3:00 PM CST to be added to the approved list. 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. 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 1148083. 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 May 28, 2025, 4:00pm Central Standard Time. Questions regarding this combined synopsis/solicitation are due no later than 3:00 PM CST on Monday May 26, 2025. 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/0470641c8e194397a009d3c9e86b3f49/view)
- Place of Performance
- Address: Stoneville, MS 38776, USA
- Zip Code: 38776
- Country: USA
- Zip Code: 38776
- Record
- SN07458279-F 20250530/250528230057 (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 |