Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 13, 2022 SAM #7379
SOLICITATION NOTICE

65 -- 10X Genomics Chromium Kits

Notice Date
2/11/2022 1:26:10 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USDA ARS NEA AAO ACQ/PER PROP BELTSVILLE MD 20705 USA
 
ZIP Code
20705
 
Solicitation Number
12305B22Q-1058546
 
Response Due
2/21/2022 8:00:00 AM
 
Archive Date
03/08/2022
 
Point of Contact
Claire Anderson, Phone: 3015040811
 
E-Mail Address
claire.anderson@usda.gov
(claire.anderson@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 No. 12305B22Q-1058546 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-03. The NAICS code applicable to this acquisition is 334516 (Analytical Laboratory Instrument Manufacturing). This requirement is 100% set aside for small business. For a company to qualify as a small business, the small business size standard is 1000. The USDA, ARS Plum Island Animal Disease Center (PIADC) in Orient, NY has a requirement for 10X Genomics consumables to support single cell sequencing. The Government intends to award one firm fixed price contract. This acquisition is for the following 10x Genomics items as identified as Contract Line Item Number (CLIN). CLIN 001 - Cat# 1000268 Chromium next GEM single cell 3� kit v3.1, 16 rxns � quantity 1. CLIN 002 - Cat# 1000127 Chromium next GEM chip G single cell kit, 16 rxns � quantity 1. The Contractor shall provide all items F.O.B. Destination, inclusive of shipping charges.� Location of the Government site is aboard USDA ARS, PIADC, Orient, NY and will be identified in the contract. Offerors responding to this announcement shall submit their Quote in accordance with FAR: 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. 52.212-2, Evaluation-Commercial Items, applies to this acquisition. 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. 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. 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 The Government intends to award a Firm Fixed-Price (FFP) contract. 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, the criteria for evaluation are: (1)� 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 priced 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. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall provide 1) technical specifications name brand items being provided; 2) price; and 3) Company's DUNS number. 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. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) by offeror due date.� A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov.� A DUNS (Dun and Bradstreet) number is required in order to register.� All invoices shall be submitted electronically through IPP. Furnish quotes inclusive of shipping charges. no later than 11:00 AM (EST), Feb. 21, 2022 to Claire Anderson, Purchasing Agent at claire.anderson@usda.gov.� Quotes will only be accepted via Email with the subject � 10X Genomics Kits� , no phone calls will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/df4bd2fad60e44b08c75850ed3a239c9/view)
 
Place of Performance
Address: Orient, NY 11957, USA
Zip Code: 11957
Country: USA
 
Record
SN06240611-F 20220213/220211230106 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.