Similar Projects
Furnishing Two Dumpsters and Dumping, Hauling and Disposal of Contents
Term Contract
Sub-Bidding
Bowie, MD 20715

Roadside Litter Pickup, Hand Mowing & Trimming Services - Prince Georges County MDOT-SHA
Term Contract
Sub-Bidding
Clinton, MD 20735

Delivery, Rental and Maintenance of Portal Toilets
Alteration
Post-Bid

Delivery, Rental and Maintenance of Portal Toilets
Term Contract
Post-Bid

Forest Wide Vault Toilet Pumping
Term Contract
Post-Bid
Joint Base Andrews, MD

Bowie Golf Course Tree Removal Project
Term Contract
Post-Bid
Bowie, MD 20715

Hydrated Lime in Bulk/Ton for Anne Arundel, Carroll and Washington Counties
Term Contract
Post-Bid
Ellicott City, MD 21042

Restroom Trailer
Term Contract
Post-Bid

On-Call Facilities Supplies Services
Term Contract
Post-Bid
Largo, MD

County Roads Snow and Ice Removal Services for Department of Public Works and Transportation
Term Contract
Post-Bid
Clinton, MD 20735

Brush and Tree Cutting and Stump Removal at Various Locations for Laurel Shop in Prince Georges County
Term Contract
Post-Bid
$1,000,000 CJ est. value
Clinton, MD 20735

Screening and Grit Removal
Term Contract
Post-Bid
$2,596,820 CJ est. value
Laurel, MD 20707

Marlboro Maintenance Roadside Litter Pickup, Hand Mowing and Trimming
Term Contract
Post-Bid
Upper Marlboro, MD 20772

Marlboro Maintenance Roadside Litter Pickup, Hand Mowing and Trimming
Term Contract
Post-Bid
Upper Marlboro, MD 20772

Marlboro Maintenance Roadside Litter Pickup, Hand Mowing and Trimming
Term Contract
Post-Bid
Upper Marlboro, MD 20772

Last Updated 05/15/2023 03:12 PM
Project Title

Inspection, Testing and Maintenance of Fire Detection, Suppression, Fixed Chemical Extinguishing Systems and Portable Chemical Extinguishing Devices

Physical Address View project details and contacts
City, State (County) Beltsville, MD 20705   (Prince Georges County)
Category(s) Single Trades
Sub-Category(s) Service/Term Contracts
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected June 2023
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, and is being conducted according to FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) Northeast Area (NEA) issues this Request for Quotes (RFQ) and incorporates provisions and clauses that are in effect through FAC 2023-02. The North American Industry Classification System (NAICS) code is 561210 - Facilities Support Services; small business size standard is $41.5 Mill. Project Summary: The objective of this SOW is to provide Inspection, Testing and Maintenance of Fire Detection, Suppression, Fixed Chemical Extinguishing Systems and Portable Chemical Extinguishing Devices At The ARS Beltsville Location DELIVERY TO: USDA AGRICULTURAL RESEARCH SERVICE BELTSVILLE AREA BELTSVILLE, MARYLAND IMPORTANT NOTICE: All contractors submitting bids, proposals, or quotes on USDA solicitations must be registered in the System for Award Management (SAM) database. Failure to register in the SAM database will make an Offeror ineligible for award. The SAM website can be accessed at www.sam.gov/portal/SAM The Government intends to post all notices/amendments related to this solicitation on SAM Contract Opportunity. Any additional amendments and/or documents related to this procurement will be available electronically only. Potential Quoters will be responsible for downloading their own copy of those documents related to this procurement, if any. Offerors are encouraged to check the SAM web site frequently in order to be notified of any changes to this solicitation. Interested vendors should reference the solicitation documents for all terms and conditions, evaluation factors and submission requirements. The Government intends to award a Firm fixed-price contract. For a base year and four option periods. SELECTION PROCESS: Pending availability of funding, the basis for any potential award is BE MOST ADVANTAGEOUS TO THE GOVERNMENT, PRICE AND OTHER FACTORS CONSIDERED. Only one award will be made under this solicitation based on availability of funding. In order to be considered for award OFFERORS SHALL SUBMIT THE FOLLOWING: Submit documentation showing technical capability to meet or exceed Performance Elements and Benchmarks in the SOW. Submit Firm Fixed Price quotation (Quote SF 1449 and company letterhead) detailing the description, total price and valid for at least 60 days after receipt of quote. Delivered FOB Destination inclusive of all costs. Submit DUNS and UEI# with quotation. Submit two separate Past Performance References with contact information for recent contracts of similar scope to this requirement. A completed copy of the provisions FAR 52-212.3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. A Site Visit hasbeen schedlued for 26 April @ 90AM ET Contact Anthony Baltimore for further information 301/343-4096 or Anthony.Baltimore@usda.gov All questions regarding this announcement must be submitted in writing to the Contracting Officer, via email to Mark.Volk@usda.gov. Telephone requests for information will not be accepted or returned. Furnish Quotes by email to Mark O. Volk, Contracting Officer, USDA, ARS, NEA, Contracting Office, no later than 3:00 p.m. EST, May 2, 2023. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussions should it be deemed in the Government's best interest. 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 product 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.

Details

Division 01 - General Requirements.
Division 10 - Specialties.
Division 11 - Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents