DNA Size Selection System, brand name or equal to a BluePippin Size Selection System and startup consumables

expired opportunity(Expired)
From: Federal Government(Federal)
12305B22Q0067

Basic Details

started - 09 May, 2022 (23 months ago)

Start Date

09 May, 2022 (23 months ago)
due - 16 May, 2022 (23 months ago)

Due Date

16 May, 2022 (23 months ago)
Bid Notification

Type

Bid Notification
12305B22Q0067

Identifier

12305B22Q0067
AGRICULTURE, DEPARTMENT OF

Customer / Agency

AGRICULTURE, DEPARTMENT OF (29412)AGRICULTURAL RESEARCH SERVICE (9077)USDA ARS NEA AAO ACQ/PER PROP (1108)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

       This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, , and is being conducted according to FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.                (ii) The solicitation number and a statement that the solicitation is issued as a request for quotation (RFQ).                (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAR FAC 2022-04 January 30, 2022.                (iv) This is a total 100% small business set-aside and the associated NAICS code is 334516 and small business size standard is 1,000 employees.                (v) See attached document Specification Sheet.                (vi) USDA, Agricultural Research Service (ARS), Northeast Area (NEA), Environmental Microbial and
Food Safety Lab (EMFSL) would like to purchase a DNA size selection system brand name or equal to a BluePippin Size Selection System and startup consumables, which will be used to conduct DNA size selection using a pulsed-field electrophoresis necessary to conduct our next generation sequencing research.*Please see Specification Sheet for details*                (vii) Performance location: USDA, ARS, NEA, ABBL, 10300 Baltimore Ave, Bldg. 1043, Beltsville, MD 20705.                (viii) Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.                (ix) Provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The Government intends to award a Firm Fixed-Price (FFP) contract. The award will be made on the basis of Lowest Price Technically Acceptable (LPTA). "LPTA" means, the expected outcome of the acquisition, that results from the selection of the lowest evaluated price (evaluated as total cost of all line items) is a technically acceptable quotation, that fully meets all specifications listed. Only the lowest priced quote will be evaluated for technical acceptability (based on the specifications). The next lowest offer will only be evaluated if the aforementioned quote is not found technically acceptable (and so on). Only one award will be made under this solicitation based on availability of funding.In order to be considered for award OFFERORS SHALL SUBMIT THE FOLLOWING:(a)        Submit documentation showing technical capability to meet or exceed Performance Elements and Benchmarks in the Specification Sheet.(b)        Submit Firm Fixed Price quotation (quote on company letterhead) detailing the item description, total price and valid for at least 60 days after receipt of quote. Item delivered FOB Destination inclusive of all costs.(c)        Submit Unique Entity ID & DUNS# with quotation.REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered.                (x) Offers must have a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, uploaded on Sam.gov by the time quotes are due.                (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.                (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See attached clauses for additional applicable clauses.                (xiv) All questions regarding this announcement must be submitted in writing to the Contracting Specialist, via email to dilynn.rogers@usda.gov by 12 May 2022. Telephone requests for information will not be accepted or returned. Quotes are due on 16 May 2022 NLT noon EST by email to, Dilynn Rogers at dilynn.rogers@usda.gov.DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Government's best interest.Biobased Products:  This procurement requires the use of Biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced.  The products should first be acquired from the USDA designated product categories.  All supplies and materials shall be of a type and quantity that conform to applicable Federal specifications and standards, and to the extent feasible and reasonable, include the exclusive use of biobased and recycled products.  Please visit www.biopreferred.gov for more information on the USDA Biobased Program and to reference the catalog of mandatory biobased products.

Beltsville ,
 MD  20705  USALocation

Place Of Performance : N/A

Country : United StatesState : MarylandCity : Calverton

You may also like

Brand Name or Equal: Attana automated sample-robot for Attana Cell 200/250 System

Due: 08 Dec, 2024 (in 7 months)Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Classification

naicsCode 334516Analytical Laboratory Instrument Manufacturing
pscCode 6640Laboratory Equipment and Supplies