Questions and Answers:
What is the brand and type of existing cores? (type: plug, SFIC or LFIC) Multiple locks installed at different times.
If there are different brands/types, what is the quantity of each? Numerous. I am not going around to determine that. There was a site visit that this information could have been obtained.
Is there a preferred replacement brand? No
Is there a restricted or patented keyway requirement? No
Is there a keyway preference? No
Is there a preference on the type of finish requested for cores and hardware To match what is already in place if not all hardware is being replaces.
Are there any cores that are unable to be removed by the existing control key? Unknown
If yes, how many?
Will cores be removed by USDA staff? NO
Please provide clarification for items within IRT 4.2
4.2.1. supply and install security compliant locks
Will either Grade 1 or Grade 2 cylindrical lever locksets be considered “security complaint locks”? Don’t know the grades, so we are unable to answer
Are there any replacement door lock hardware that will be required to be fire rated? NO
If so, how many of what type of locking hardware?
4.2.2. Supply and Install new mechanisms as needed. If necessary install plates to prevent outside entry
Who determines “as needed”? Joint between contractor and location
How many plates are required to prevent outside entry? unknown
Are there specifications for “plates”? Unknown
How many of what types (panic, mortise, cylindrical) of door lock hardware need to be replaced? Unknown, location does not know.
If undetermined, is it enough to bid the cost per door hardware to be replaced by type if determined to be unserviceable and needed to be replaced? It is up to you how you write your proposal
If there are mortise locks, what type of cam are on rim cylinders (shape, type or number?) Recommend door knobs need to be replaced with lever handles to meet ADA requirements. Should this be bid for all door knobs to be replaced? Unknown
If so, how many doors have knobs that will require lever handles? Information could have been gathered during site visit
How many of each type of lock have knobs? Information could have been gathered during site visit
How many days after being awarded the contract is the preinstallation conference? Up to the contracting officer.
When does the contract time begin regarding the 60 calendar day project schedule after the contract is awarded? When the contracting officer issues the notice to proceed.
Do you have any pictures of the locks? Please confirm if they are ic core locks? Do not know what a ic core lock is. We are not locksmiths or deal with locks.
2- Is there any way you could get them to snap a close up picture of the master key front/back .We are trying to identify the keyway that is currently in use. Not all locks are currently on the master key.
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 1232SA25Q0800 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 561622 (Locksmiths) with a small business size standard of $25.0 Million.
USDA, ARS, NSL
598 McElroy Drive
Oxford, MS 38655
Is looking for procurement of the Supply & Re-key Building 1 which fits with the associated Statement of Work / Specifications.
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.
A site visit has been scheduled for Tuesday September 23, 2025 at 09:00 AM CST. Please submit the names of those requesting to attend with the vendor they represent to lynn.hults@usda.gov by Monday September 22, 2025 by 03:00 PM CST.
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 Supply Provisions 1158631.
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 September 29, 2025, 4:00pm Central Standard Time.
Questions regarding this combined synopsis/solicitation are due no later than 3:00 PM CST on Wednesday September 25, 2025. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.