Federal Bid

Last Updated on 10 Jan 2025 at 5 PM
Combined Synopsis/Solicitation
Columbia Missouri

CO2 Incubator

Solicitation ID 12505B25Q0055
Posted Date 10 Jan 2025 at 5 PM
Archive Date 30 Jan 2025 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Usda Ars Mwa Aao Acq/Per Prop
Agency Department Of Agriculture
Location Columbia Missouri United states 65211

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 12505B25Q0055 is issued as a request for quote (RFQ).  The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-02 dated January 03, 2025.  This solicitation will be a Total Small Business set aside.  The associated NAICS code is 334516 (Analytical Laboratory Instrument Manufacturing), with a small business size standard of 1,000 employees.

This acquisition is for the following item as identified in the Line Items:

0001) CO2 Incubator

Description of Work: The USDA has a requirement to procure a CO2 Incubator in accordance with the Statement of Work. The Contractor shall provide all items F.O.B. destination. The location of the Government site is 163 ASRC 920 East Campus Dr, Columbia, MO 65211 and will also be identified in the contract.  The Government anticipates award of a Firm Fixed Price contract. Offerors responding to this announcement shall submit their quote in accordance with FAR 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services and include a copy of 52.212-3 Offeror Representations-Commercial Products and Commercial Services.  Submission of quote shall include the following: (1) Technical and (2) Price.

All responses shall be submitted electronically to [email protected]

The basis for award is Lowest Price Technically Acceptable (LPTA).  LPTA means the best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price.  Pursuant to FAR 52.212-2 Evaluation—Commercial Products and Commercial Services, the criteria for evaluation are: (1) Technical and (2) Price and must also have satisfactory Past Performance. The lowest priced quote will first be evaluated for technical acceptability in accordance with the minimum specifications identified.  If determined not technically acceptable, it will be removed from competition and the next lowest priced quote will be evaluated for technical acceptability.  This will continue until the lowest price quote is determined technically acceptable.  Once the lowest priced quote is determined technically acceptable, then a determination of responsibility will be completed.  If found responsible, evaluations will be closed and award will be made.

INSPECTON AND ACCEPTANCE TERMS:  Services will be inspected by Contracting Officer Representative (COR) and accepted at destination.  Delivery must be made by 60 days ARO.

To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) at the time the quote is submitted.  A contractor can contact SAM by calling 1-866-606-8220 or www.sam.gov.  NO EXCEPTIONS. A SAM UEI number is required in order to register.  All invoices shall be submitted electronically.

Quotes must be received no later than 5:00 PM Eastern Time on January 15, 2025.

Questions in regard to this combined synopsis/solicitation are due no later than 3:00 PM Eastern on January 10, 2025.  Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.

DISCLAIMER: The official contract documents are located on the government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to this solicitation. Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.

Bid Protests Not Available

Similar Past Bids

New hampshire 13 Jun 2014 at 3 PM
Location Unknown 02 Dec 2009 at 5 PM
Robert Louisiana 02 Mar 2016 at 12 PM
Kansas city Missouri 30 Jun 2022 at 9 PM
New hampshire 01 Jul 2014 at 4 PM

Similar Opportunities

Tulsa Oklahoma 21 Jul 2025 at 5 PM
Bethesda Maryland 15 Jul 2025 at 2 PM
Durham North carolina 30 Apr 2026 at 8 PM
Durham North carolina 30 Apr 2026 at 8 PM
Durham North carolina 30 Apr 2026 at 8 PM