Next-Generation Sequencing Services
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Jul 13, 2023 02:41 pm CDT
- Original Published Date: Jul 05, 2023 11:22 am CDT
- Updated Date Offers Due: Aug 04, 2023 02:00 pm CDT
- Original Date Offers Due: Aug 04, 2023 02:00 pm CDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Aug 19, 2023
- Original Inactive Date: Aug 19, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: B529 - SPECIAL STUDIES/ANALYSIS- SCIENTIFIC DATA
- NAICS Code:
- 541714 - Research and Development in Biotechnology (except Nanobiotechnology)
- Place of Performance: Columbia , MO 65203USA
Description
AMENDMENT 01 - 07/13/2023
This amendment is issued to post responses to all requests for information (RFIs) that were received by the RFI deadline. All other terms and conditions remain unchanged.
END OF AMENDMENT 01
___________________________________________________________________________
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 12505B23Q0202 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 541714 (Research and Development in Biotechnology (except Nanobiotechnology)), with a small business size standard of 1,000 employees.
This acquisition is for the following item as identified in the Line Item Number(s):
0001) Genomic Sequencing, Ordering Period 1 – QTY 5
0002) Transcriptomic Sequencing, Ordering Period 1 – QTY 60
0003) Metagenomic Sequencing, Ordering Period 1 – QTY 80
0004) Bioinformatic Services, Ordering Period 1 – QTY 60
1001) Genomic Sequencing, Ordering Period 2 – QTY 5
1002) Transcriptomic Sequencing, Ordering Period 2 – QTY 60
1003) Metagenomic Sequencing, Ordering Period 2 – QTY 80
1004) Bioinformatic Services, Ordering Period 2 – QTY 60
Specifications: See attached Statement of Work.
The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard USDA ARS Columbia, MO 65203 and will be identified in the contract. The Government anticipates award of an Indefinite Delivery Indefinite Quantity contract.
Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications, (2) Price (to include shipping), and a completed copy of FAR Provision 52.212-3.
All responses shall be submitted electronically to josh.dobereiner@usda.gov.
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) Technical Specifications and (2) Price (to include shipping) and must also have satisfactory Past Performance. 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 price 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.
INSPECTON AND ACCEPTANCE TERMS: Services will be inspected by the Technical Representative and accepted at destination. Period of performance is September 1, 2023 through August 31, 2025.
See attached Clauses and Provisions document for the Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses that apply to this acquisition.
To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. All invoices shall be submitted electronically.
Quotes must be received no later than 2:00 PM Central Daylight Time (CDT) on August 4, 2023.
Questions in regards to this combined synopsis/solicitation are due no later than 4:00 PM CDT on July 12, 2023. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.
Attachments/Links
Contact Information
Contracting Office Address
- 1815 N UNIVERSITY STREET
- PEORIA , IL 61604
- USA
Primary Point of Contact
- Joshua J. Dobereiner
- josh.dobereiner@usda.gov
- Phone Number 3094033556
- Fax Number 3096816648
Secondary Point of Contact
History
- Oct 03, 2023 10:55 pm CDTAward Notice (Original)
- Aug 19, 2023 10:56 pm CDTCombined Synopsis/Solicitation (Updated)
- Jul 05, 2023 11:22 am CDTCombined Synopsis/Solicitation (Original)