COMBINED SYNOPSIS/SOLICITATION
i. This is a combined synopsis/solicitation for commercial items prepared in accordance with the procedures contained in FAR Part 12.6, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures, 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.
ii. The solicitation number is 1232SA25Q242 and is issued as a Request for Quotation (RFQ).
iii. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2025-04 dated 06/11/2025. Service Contract Labor Standards Wage Determination Number 2015-5469 Rev 27 for Maricopa, Pinal Arizona is applicable and is attached.
iv. This solicitation is issued as total small business set aside. The associated NAICS code is 811310 the small business size standard is $12.5.
v. List CLINS, item descriptions, quantities and units of measure:
CLIN Description Quantity Unit of Issue Total
0001 Annual Fire Protection System Testing 1 LO $
- Base Year
1001 Annual Fire Protection System Testing 1 LO $
- Option Year 1
2001 Annual Fire Protection System Testing 1 LO $
- Option Year 2
3001 Annual Fire Protection System Testing 1 LO $
- Option Year 3
4001 Annual Fire Protection System Testing 1 LO $
- Option Year 4
vi. Description/Statement of Work/Specification:
See attached Statement of Work
vii. Date(s) and place(s) of delivery and acceptance:
U.S. Arid Land Agricultural Research Center,
21881 North Cardon Lane Maricopa, Arizona 85138
Base Year: August 01, 2025- July 31, 2026
Option Year 1: August 01, 2026- July 31, 2027
Option Year 2: August 01, 2027-July 31, 2028
Option Year 3: August 01, 2028-July 31, 2029
Option Year 4: August 01, 2029- July 31, 2030
viii. FAR Provision 52.212-1, Instructions to Offerors-Commercial, is incorporated by reference and applies to this acquisition. Please see the attached RFQ terms and conditions for the submission requirements and its addendum.
ix. Evaluation:
For the evaluation criteria, please see the attached RFQ terms and conditions.
x. Quoters are required to complete in full FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (DEVIATION), with their quote online at SAM: www.sam.gov. An quoter must state in their quote if they completed FAR 52.212-3 online and that is it up-to-date and valid. See the attached RFQ terms and conditions for more requirements.
System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM
xi. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Please see the attached RFQ terms and conditions for its Addendum.
xii. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEVIATION), is incorporated and applies to this acquisition. Please see the attached RFQ terms and conditions that are applicable to the acquisition.
xiii. There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices.
xiv. The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this solicitation.
xv. Date, time and place quotes are due.
Quotes are due by 07/18/2025 5 PM PT
Submit quotes to the following e-mail address(es), by the quote due date and time:
Maria.Thomas@usda.gov
Late quotes after the established deadline may be considered only if it is in the government’s best interest and if it will not unduly delay award.
xvi. Any and all questions regarding this solicitation shall be submitted in writing to Maria.Thomas@usda.gov no later than July 16, 2025 5 PM Pacific Time.
A site visit will be scheduled for Tuesday, July 15, 2025, at 2188 N Cardon Lane, Maricopa, AZ 85138. This site visit is intended to give prospective quoters the opportunity to familiarize themselves with the location and to gauge the scope of work required of the contract. Prospective attendees SHALL email mario.aguilera@usda.gov with the attendee's full name as it appears on a Government-issued picture ID (which must be presented at the time of the site visit) and citizenship status; and their company name, physical address, email address, and phone number. The deadline for requesting a site visit is July 14,2025. Failure to comply with the registration instructions above will result in denial of access to the location and/or participation in site visit activities.