The solicitation has been extended to incorporate a site visit.
A site visit is scheduled to be determined Friday August 22 at 10:00 AM CST. Vendors interested in attending the site visit must notify Lynn Hults at lynn.hults@usda.gov by Thursday August 21, 2025, to be added to the approved list.
Questions and Answers:
Q1. The SOW initially references just two master key sets, but the task details indicate there's actually three (BRL, NCSL, Greenhouse), each with 40 keys. Could you confirm the required number of master sets and the total key count?
A1. Three types of door locks and 40 keys each. Yes 3 sets of master keys.
Q2. Of the 82 exterior doors, can you confirm how many are cylindrical vs. mortise (if any)? Please also identify any openings with panic/exit devices that will require rim or IC housings. This can affect costs significantly.
A2. 9 at the BRL have openers, 2 at NCSL have door openers, 11 have openers at the green house ranges.
Q3. I checked and found out North Dakota doesn't issue a state “journeyman locksmith” license. Will an ALOA certification (CRL/CPL/CMEL) for the on-site foreman meet the journeyman requirement?
A3. as far as licence we just need to make sure they are good legal locksmiths and local.
Q4. Can you clarify how numbering is to be provided? Are we doing engraved plates or something else? If engraved plates what's the formatting
A4. numbering doors can be painted or vinal numbers
This is a Solicitation for commercial items prepared in accordance with the format in Subpart 8.4, 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 1232SA25Q0587 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 1157693 (Locksmiths) with a small business size standard of $25.0 Million.
USDA, ARS, NCSL
1616 Albercht BLVD N.
Fargo, ND 58102-2765
Is looking for procurement of the Rekey & renumber all exterior doors and have 3 set of master keys which fits with the associated Statement of Work.
A site visit is scheduled to be determined (if needed). Vendors interested in attending the site visit must notify Lynn Hults at lynn.hults@usda.gov by to be determined 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 offeror whose quote conforms to the RFQ and specifications using Lowest Price Technically Acceptable (LPTA) to the Government in accordance with FAR 8.405 considering two major areas: technical acceptance and price. Quotes will be evaluated by performing a comparative evaluation in accordance with FAR 8.405. 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 Performance Work Statement (PWS). The proposals 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 PWS.
Technically Unacceptable; Quote does not meet the minimum requirements of the PWS.
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 1157693.
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 Friday August 29, 2025, by 4:00 PM Central Standard Time.
Questions regarding this combined synopsis/solicitation are due no later than Tuesday August 26, 2025, by 3:00 PM Central Standard Time. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.