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 12505B21Q0180 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06. The associated NAICS code is 334516, Analytical Laboratory Instrument Manufacturing, with a small business size standard of 1,000 employees and the PSC code is 6630.
The Department of Agriculture (ARS) has the need for the following products:
001) Microplate Reader
Scope of Work:
The UDSA-ARS Vegetable Crops Research Unit (VCRU) is requesting quotes for a microplate reader.
Background:
The USDA-ARS VCRU uses this equipment for multiple biological assays including quantification of anthocyanin pigments, ELISA assays for virus detection, quantification of protein concentration using Bradford-type assays, quantification of nucleic acids (DNA and RNA), and detection of fluorescent probes such as fluorescein as well as endogenous biological compounds. Specifications for the purchase are itemized below.
Technical Requirements:
In order to carry the range of assays required:
Equipment must include:
Brand name or equal: BioTek Synergy LX model SLXFATS
Salient Characteristics: The units should be capable of stand-alone operation using an integral touch screen.
Evaluation Factors:
Lowest price, technically acceptable. The government intends to award a firm-fixed price award based on the lowest price technically acceptable product. The lowest priced product will be evaluated first; if not found acceptable, the next lowest priced product will be evaluated, and so on until an acceptable product is identified. The government will not review higher priced products if the lowest priced product is determined to be technically acceptable. For a vendor’s products to be considered technically acceptable, they must meet all of the technical requirements identified in the solicitation.
Key Deliverables:
Delivery will include:
Delivery:
Delivery is to be made to the USDA-ARS VCRU at 1575 Linden Drive, Madison WI 53706 by within 30 days of contract award.
The vendor shall provide all items F.O.B: destination. Location of the Government site is aboard USDA-ARS Madison, WI and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract.
Submitting a Quote:
To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) with a current and active registration. A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. Vendor must also include their DUNS# on their quote.
Also, to be eligible, all vendors must be NDAA 889 Certified. If they do not currently have a NDAA 889 Certification, then they must complete the attached NDAA 889 Certification form and submit it to [email protected] so that they can be added to the list of NDAA 889 Certified vendors.
The submission and payment of invoices on the resulting contract will be made through the Invoice Processing Platform (IPP). As such, vendors must be currently registered or register in IPP in order to be able to submit and receive payment on invoices for the resulting contract.
Offerors responding to this announcement shall submit their quote on SF 1449 (see attached). The quote should include all fees, delivery charges, and/or surcharges. This will be a tax-exempt purchase.
Only electronic submissions will be accepted. Please email all quotes in writing on the SF 1449 to [email protected] by no later than Tuesday, September 7 2021 at 12:00 PM Central Standard Time.
Questions in regards to this combined synopsis/solicitation must be submitted through email and are due no later than 5:00 PM CST on Wednesday, September 1, 2021. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.