The USDA/ARS intends to award a Firm fixed price sole source contract under the authority of 41 U.S.C 253(c)(1) and FAR 6.302-1(a)(2), only one responsible source, to:
Daikin Applied Americas Inc
13600 Industrial Park BLVD
Plymouth, MN 55340
Description of Requirement: The objective of this sole source award is to procure the following items:
Specifications and Statement of Work
• Retrofit a quantity of (662) 2' x 4' parabolic/prismatic style light fixtures with covered magnetic LED light strips with stand-alone magnetic driver (offices, labs, common areas).
• Retrofit a quantity of (207) dual bulb florescent canned lights to LED.
• Retrofit a quantity of (11) single bulb florescent canned lights to LED.
• Retrofit a quantity of (43) either 4' or 8' fixtures in various locations to SK covered LED strip lighting (maint. shop, head house, mechanical rooms, closets, etc ...).
• Retrofit a quantity of (14) 4' exposed two-bulb florescent fixtures with a ballast bypass LED lighting kit (closets, stairwells, etc ...).
• Retrofit a quantity of (68) 2' x 2' florescent fixtures parabolic/prismatic with 4K covered LED strip lighting with magnetic driver.
• Replace a quantity of (2) 611 LED trim fixture for showers.
• Retrofit a quantity of (22) 250W canned fixtures with LED lighting.
• Install (add) a quantity of (8) two-headed emergency exit light kits in electrical and mechanical rooms.
• All parabolic and prismatic retrofit products come with 5-year manufacturer warranty and rated for 100,000 hours of use.
• All ballast bypass and canned retrofit products come with 5-year manufacturer warranty and rated for 50,000 hours of use.
• All products are required to be DLC listed and/or Energy Star approved and rebate compliant.
• All pricing need to reflects products and installation labor costs.
• A site visit is highly recommended for effective pricing.
The NAICS code for this requirement is 335122; the small business size standard is 500 employees.
This notice of intent is not a request for competitive quotes; however, interested persons may identify their interest and capability to respond to this requirement. All information received by 3:00 PM Central Time on August 28, 2019, will be considered by the Government. Responses shall be submitted to Lynn Hults at [email protected].
The e-mail subject line shall state: 12405B19P-975632 Notice of Intent to Sole Source. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government.
NO TELEPHONE REQUESTS WILL BE HONORED.