Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 09, 2025 SAM #8444
SOLICITATION NOTICE

B -- RNA Extraction and RNA Sequencing

Notice Date
1/7/2025 2:47:58 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
USDA ARS NEA AAO ACQ/PER PROP BELTSVILLE MD 20705 USA
 
ZIP Code
20705
 
Solicitation Number
12305B25Q0034
 
Response Due
1/17/2025 6:00:00 AM
 
Archive Date
02/01/2025
 
Point of Contact
Dilynn Rogers, Phone: 3015043691
 
E-Mail Address
dilynn.rogers@usda.gov
(dilynn.rogers@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in subpart 12.6, and is being conducted according to FAR Part 13, Simplified Acquisition Procedures. 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 2025-06 January 3, 2025. (iv) This is a Total Small Business set aside and the associated NAICS code is 541380 and the small business size standard is $19 Million. (v) See attached document Statement of Work. (vi) USDA, Agriculture Research Service (ARS), National Center for Cool and Cold-Water Aquaculture (NCCCWA) requires total RNA extraction and mRNA sequencing of 120 frozen samples of rainbow trout whole-body tissue. Contractor shall provide all services, supplies, equipment and facilities necessary for total RNA extraction and mRNA sequencing of 120 frozen samples of rainbow trout whole-body tissue homogenized in Trizol. *See attached Statement Work for additional information* (vii) Performance location: USDA, ARS, NCCCWA, 11861 Leetown Rd, Kearneysville, WV 25430. (viii) Provision at 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services, applies to this acquisition. (ix) Provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, 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 Statement of Work. (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 Unique Entity ID (UEI) with quotation. 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 Products and Commercial Services, uploaded on Sam.gov by the time quotes are due. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services, 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 dilynn.rogers@usda.gov by 14 January 2025. Telephone requests for information will not be accepted or returned. Quotes are due on 17 January 2025 NLT 9am EST by email to, Dilynn Rogers at dilynn.rogers@usda.gov. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d5aacee0d94b493fa86f507405149faf/view)
 
Place of Performance
Address: Kearneysville, WV 25430, USA
Zip Code: 25430
Country: USA
 
Record
SN07306639-F 20250109/250107230107 (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.