Skip to main content

An official website of the United States government

You have 2 new alerts

Service Agreement and Codesets for nCounter Sprint Profiler

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 (Original)
  • Original Published Date: Mar 28, 2023 03:13 pm CDT
  • Original Date Offers Due: Apr 07, 2023 05:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 22, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:

Description

Solicitation Number 12805B23Q0290

Service Agreement and Codesets for nCounter Sprint Profiler

Foreign Animal Disease Research Unit

Plum Island, NY and Manhattan, KS

The Agricultural Research Service, Plains Area Administrative office, Acquisition and Personal Property office intends to solicit and award a single firm-fixed-price requirements contract for a Service Agreement and Codesets for use in a nCounter Sprint Profiler currently in Plum Island, NY, but moving to Manhattan, KS in the next couple of years.  This is a combined synopsis/solicitation for commercial items prepared under Federal Acquisition Regulation (FAR) Subpart 12.6 – Streamlined Procedures for Evaluation and Solicitation for Commercial Items and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued under Request for Quotation (RFQ) number 12805B23Q290.

This requirement is being solicited under NAICS code 334516, Analytical Laboratory Instrument Manufacturing (1000 employees) and is set-aside for 100% Total Small Business.    

All FAR references are based off FAC 2023-02, Effective 16 March 2023.

This firm-fixed-priced award will be awarded as firm-fixed requirements contract with a five year ordering period.

FAR 52.212-1, Instructions to Offerors-Commercial, is applicable to this acquisition. An addendum will be added on page 15.

FAR 52.212-2, Evaluation of Offerors, is applicable to this acquisition.

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. FAR Part 13 Simplified Acquisition Procedures utilizing Lowest Priced Technically Acceptable (LPTA) factors will be used for the evaluation process. The following factors shall be used to evaluate offers:

  1. Technical Factor #1. Vendor submitted a filled-out Exhibit A.  Any unpriced or blank items may cause the vendor to be rated unacceptable. 
  2. Technical Factor #2.  Vendor provided certification from nanostring that the items to be provided and fully compatible with the nCounter Sprint Profiler.  Failure to provide this information shall cause the vendor to be rated unacceptable. 

If an offeror receives an adjectival rating of “unacceptable” in any factor they may not be eligible for contract award.

Offeror must sign and date the 52.212-1 Addendum found of page 15, along with all amendments posted to sam.gov for 12805B23Q0290.

FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and no addendum has been added.

FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and applicable clauses within 52.212-5 to this acquisition have been marked with three X’s.

Other additional FAR Clauses have been added to this synopsis/solicitation. If they are incorporated by reference in this synopsis/solicitation, use acquisition.gov to read them in their entirety.

Submittals Formats: Only Electronic submissions via email will be accepted due to Contract Specialist working remotely.

Quotes are due to the Contract Specialist, Mr. David Hildebrand, at david.hildebrand@usda.gov by 5:00 PM (CST) 7 April 2023.

For information regarding this synopsis/solicitation, please contact Mr. David Hildebrand at david.hildebrand@usda.gov. Only written submitted questions will be given a response. They will be answered via a Questions from Industry posting to sam.gov. Due to USDA-ARS operating remotely, Mr. Hildebrand is only available via email.

Notice to Offeror(s): The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs incurred.

Site Visit: Not Available 

Questions must be submitted in writing via email to david.hildebrand@usda.gov. Questions received after April 5th may not receive a response. Responses will be posted to sam.gov in a document titled Questions from Industry. You will not receive a direct response.

Contact Information

Contracting Office Address

  • 2150 CENTRE AVENUE BLDG D, SUITE 300
  • FORT COLLINS , CO 80526
  • USA

Primary Point of Contact

Secondary Point of Contact





History