Solicitation Number: 12C0BA19SS001
Notice Type:
Request For Information
Synopsis:
Sources Sought
Attachment 1: Draft SOW
Request for Information
The United States Department of Agriculture (USDA) Rural Development Procurement Management Office is currently conducting market research to determine qualified, experienced, and interested potential sources of providing the product as described herein. The North American Industry Classification System code is 561621, and the size standard is $22.0 Million.
This Request for Information (RFI) Sources Sought Synopsis for information only to locate sources that are capable of providing Lenel OnGuard Physical Access Control System Preventative Maintenance and Maintenance at the Goodfellow Federal Center, St. Louis Missouri. This is not a Request for Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this RFI. The Government will NOT be responsible for any costs incurred by interested parties in response to this RFI.
The information requested by this RFI will be used within the USDA to facilitate decision making and will not be disclosed outside of the agency. Such information will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. Oral communications ARE NOT acceptable in response to this notice. Interested organizations may submit their capabilities, and qualifications to perform the effort in writing to the identified point of contact not later than 2:00 PM local time on September 2, 2019. Sources shall include in their information, a detailed capabilities statement stating their experience in providing the same or similar items described in this notice, a point of contact with phone and e-mail information, business status (Socio-Economic Factors: 8(a), HUBZone, Service-Disabled Veteran-Owned Business), business size based on NAICS 561621, and a positive statement of interest to submit a proposal. Pursuant to FAR 4.1102(a), prospective contractors shall be registered in the System for Award Management (SAM). Interested parties are encouraged to obtain further information on SAM registration at the following website: https://www.sam.gov/portal/public/SAM/.
AND
Attachment 1: Draft SOW
The information requested by this RFI will be used within the USDA to facilitate decision-making and will not be disclosed outside the agency.
Please note: The USDA will NOT be responsible for any costs incurred by interested parties in responding to this request for information.
INFORMATION REQUESTED: (No more than 2 pages)
1. Company Information - Name, Business Address, Point of Contact, Telephone Number, E-mail Address, Business Size in relation to the NAICS code size standard assigned to this acquisition, Number of Employees, Number of Years in Business etc., and a positive statement of your intention to submit a proposal for this solicitation as a prime contractor.
2. Socio-economic Status and any associated documentation of such status, certification or approvals. The applicable North American Industry Classification System (NAICS) code is 561621 is applicable to this requirement. The size standard is $22,000,000. This acquisition is a Total Small Businesses Set-Aside. This size represents the previous three years revenue as defined at this Small Business Administration page: http://www.sba.gov/content/table-smallbusiness-size-standards. Your firm plus all affiliates must have total average revenue at or below this size. This NAICS code must be included in your SAM registration with a code of "Y", regardless of other codes you include in your registration.
3. Sources shall include in their information, a detailed capabilities brief stating their experience in providing the same or similar work described in this notice for the state of Missouri.
4. Company's capabilities in terms of Physical Access Control System Preventative Maintenance and Maintenance Services in the state of Missouri. The contractor shall perform to the standards in the contract as well as all federal, state, local, rules and regulations.
SUBMISSION INFORMATION: One electronic copy (2 page limit) shall be submitted no later than 2:00pm September 2, 2019. Email the electronic RFI response to daniel.abert@usda.gov. Responses received after that date may be evaluated at the Government's discretion as time permits. Questions may be directed to Dan Abert at the above email address.