Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2025 SAM #8696
SOLICITATION NOTICE

66 -- PromethION sequencer

Notice Date
9/15/2025 11:56:09 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USDA ARS AFM APD BELTSVILLE MD 20705 USA
 
ZIP Code
20705
 
Solicitation Number
12405b25q0167
 
Response Due
9/17/2025 2:00:00 PM
 
Archive Date
10/02/2025
 
Point of Contact
Peter Nelson, Phone: 9708513737
 
E-Mail Address
peter.b.nelson@usda.gov
(peter.b.nelson@usda.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
09/15/2025 - PLEASE SEND/FORWARD ALL QUOTATIONS AND INQUIRIES REGARDING THIS RFQ TO PETER NELSON @ peter.b.nelson@usda.gov THIS RFQ HAS BEEN EXTENDED TO 09/17/2025 TO ALLOW FOR THIS CHANGE. This is a combined synopsis/solicitation for commercial items prepared in accordance with the procedures contained in FAR Part 12.6, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures, 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 12405B25Q0167 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2025-04. This solicitation is issued as SB SET ASIDE. The associated NAICS code is 334516. Introduction: Scientists at the US National Poultry Research Center utilize sequencing data for research purposes related to Highly Pathogenic Avian Influenza (HPAI) Scope: The Contractor shall supply a long-read sequencing instrument that can sequence large genomes and produce 90 GB of sequencing data. Technical Requirements: Long read and large genome sequencer. Specifications: A long-read sequencing instrument that can sequence larger genomes (i.e. animal) and produce 90 GB of sequencing data. The sequencer must be capable of sequencing reads up to a minimum of 20kb fragments. The sequencer must also be capable of sequencing smaller fragments for other type analysis like transcriptome studies. Instruments must be able to detect 5-methylcytosine (5mC) and 5-hydroxymethylcytosine (5hmC) modifications in DNA sequences. Due to high computing power on-site, the instrument does not need its own computer infrastructure. Data generated must be produced in either FASTQ and/or BAM formats. Training for the use of the instrument must be included with purchase and include reagents for the training. Place of performance: USDA/ARS/USNPRC 950 College Station Road Athens, GA 30605 Period of Performance: 90 days from contract award Government Furnished: 1) Access to the facility during normal business operations (Monday through Friday, 7:30 am to 4 pm) 2) Location for delivery. Performance Requirement Measures: Sequencing unit in the specifications required within the listed period of performance. FAR Provision 52.212-1, Instructions to Offerors-Commercial, is incorporated by reference and applies to this acquisition. Please see the attached RFQ terms and conditions for the submission requirements and its addendum. Evaluation: For the evaluation criteria, please see the attached RFQ terms and conditions. Quoters are required to complete in full FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (DEVIATION), with their quote online at SAM: www.sam.gov. A quoter must state in their quote if they completed FAR 52.212-3 online and that is it up-to-date and valid. See the attached RFQ terms and conditions for more requirements. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Please see the attached RFQ terms and conditions for its Addendum. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEVIATION), is incorporated and applies to this acquisition. Please see the attached RFQ terms and conditions that are applicable to the acquisition. There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this solicitation. Submit Quotes to peter.b.nelson@usda.gov by September 17, 2025 at 5:00pm est.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/31bdf06d0fd14fc0961043778a7d5fe4/view)
 
Place of Performance
Address: GA 30605, USA
Zip Code: 30605
Country: USA
 
Record
SN07591369-F 20250917/250915230051 (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.