Federal Bid

Last Updated on 14 Sep 2021 at 1 AM
Combined Synopsis/Solicitation
Beltsville Maryland

High-throughput Sequencing (HTS) Services

Solicitation ID 12305B21Q0108
Posted Date 14 Sep 2021 at 1 AM
Archive Date 02 Oct 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Usda Ars Nea Aao Acq/Per Prop
Agency Department Of Agriculture
Location Beltsville Maryland United states 20705

       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; 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 2021-06 July 12.

                (iv) This is a total 100% small business set-aside and the associated NAICS code is 334516 and small business size standard is 1000 employees.

                (v) See attached document (SOW/Specification Sheet).

                (vi) USDA Agricultural Research Service (ARS), National Germplasm Resources Laboratory (NGRL) requires nucleic acid extraction and purification, DNase treatment, ribosomal depletion, cDNA library creation, and sequencing utilizing paired end 150 bases reads via Illumina NovaSeq 6000 system or equivalent. Quotations are requested for high throughput sequencing of these RNAs, in accordance with the attached SOW/Specification Sheet.  

*Please see SOW/Specification Sheet for additional details*

                (vii) Performance location: USDA, ARS, NGRL B-004, Room 015, BARC-West, 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 SOW.

(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 DUNS# with quotation.

(d)       Submit Past Performance Reference with contact information for recent contracts of similar scope to this requirement.

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 [email protected] by 16 September 2021. Telephone requests for information will not be accepted or returned. Quotes are due on 17 September 2021 at noon EDT by email to, Dilynn Rogers at [email protected].

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.

Bid Protests Not Available

Similar Past Bids

Baltimore Maryland 10 Sep 2019 at 4 PM
Institute West virginia 26 Jun 2019 at 9 PM
Location Unknown 02 Mar 2017 at 7 PM
Bethesda Maryland 12 May 2006 at 4 AM
Silver spring Maryland 12 Mar 2020 at 6 PM