SOLICITATION NOTICE
B -- Sequence 207 cotton RNA samples
- Notice Date
- 5/17/2024 8:06:20 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541714
— Research and Development in Biotechnology (except Nanobiotechnology)
- Contracting Office
- USDA ARS SEA AAO ACQ/PER PROP STONEVILLE MS 38776 USA
- ZIP Code
- 38776
- Solicitation Number
- 12405B24Q0200
- Response Due
- 5/23/2024 2:00:00 PM
- Archive Date
- 06/07/2024
- Point of Contact
- Richard Hawthorne
- E-Mail Address
-
richard.hawthorne@usda.gov
(richard.hawthorne@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial goods and commercial services 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. The solicitation number is 12405B24Q0200 and is issued as a request for quotation (RFQ). This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2024-04. This will be a small business set-aside. The NAICS code is 541714� Research and Development in Biotechnology (except Nanobiotechnology) with a small business size standard of 1,000 employees. The USDA, ARS in New Orleans, LA has a new requirement for the Sequencing 207 cotton RNA samples. Upon receiving RNA samples from the customer, the vendor will first measure the RNA quantity, and check the quality to determine whether the RNA sample is good for library construction. After passing the quality control, the vendor will construct a specialized library using the RNA sample. Then the RNA library will be sequenced using a next-generation sequencing instrument like Illumina platform. For each sample, the vendor will generate 20~ millions of short sequence read, and upload into a hard disk, and ship to the customer. DELIVERY DUE DATE: The Government requires that the vendor complete the work within 45 business days after receiving RNA samples from the customer. SCA wage rates will apply to this potential contract. Please ensure all email correspondence includes the solicitation number in the subject line.� Emails without the RFQ number in the subject line may not be seen, read, and /or reviewed and therefore disqualified from consideration. The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include a quote on company letterhead, to include vendor�s SAM.gov UEI number, technical specifications, descriptive material, unit price per item, capabilities of the offeror�s equipment, format that will be used for the sequence read results, total price to include shipping, and valid for at least 60 days after receipt of quote.� Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer and will be considered. The following clauses and provisions apply to this acquisition. 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services.; 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services.; 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services.; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services. FAR 52.212-2, Evaluation-Commercial Products and Commercial Services, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) price; and (iii) past performance, based on F.O.B. Destination. Award will be made based on overall BEST VALUE to the Government. AGAR Clauses 452.204-70 Modification for Contract Closeout As prescribed in USDA�s Contracting Desk Book 404.804 and 413.302-5, insert the following clause: MODIFICATION FOR CONTRACT CLOSEOUT (DEVIATION JULY 2022) �Upon contract closeout for contracts utilizing Simplified Acquisition Procedures (SAP) according to FAR part 13, (a) If unobligated funds in the amount of $1000 or less remain on the contract, the Contracting Officer (CO) shall issue a unilateral modification for deobligation. The contractor will receive a copy of the modification but will not be required to provide a signature. The CO shall immediately proceed with contract closeout upon completion of the period of performance, receipt and acceptance of supplies or services, and final payment. (b) If unobligated funds of more than $1000 remain on the contract, the CO shall issue a bilateral modification for deobligation. The contractor will receive a copy of the modification and will be required to provide a signature. (The CO may also request a Release of Claims be completed by the contractor, although not required for contract and orders using SAP.) If the bilateral modification and Release of Claims are not returned to the CO within 60 days, the CO shall release the modification as unilateral and proceed with contract closeout upon completion of the period of performance, receipt and acceptance of supplies or services, and final payment.� (End of clause) PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer.� Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.SAM.gov. QUESTIONS REGARDING THIS RFQ ARE DUE TO RICHARD HAWTHORNE at Richard.hawthorne@usda.gov, NO LATER THAN 1:00 p. m. ET, May 22, 2024. Questions will only be accepted via email and WILL NOT be answered if received after this date/time. QUOTES REGARDING THIS RFQ ARE DUE TO RICHARD HAWTHORNE at Richard.hawthorne@usda.gov , NO LATER THAN 5:00 p. m. ET, May 23, 2024. Delivery Location: USDA-ARS 1100 Allen Toussaint Blvd. New Orleans, LA 70124 Primary Point of Contact: Richard Hawthorne Purchasing Agent richard.hawthorne@usda.gov.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/eca83f37195e45d58190a47edd1484b6/view)
- Place of Performance
- Address: New Orleans, LA 70124, USA
- Zip Code: 70124
- Country: USA
- Zip Code: 70124
- Record
- SN07068199-F 20240519/240517230045 (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 |