Skip to main content

An official website of the United States government

You have 2 new alerts

Calibration of Pipettes and Scientific Equipment at NBAF in Manhattan, KS

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 17, 2024 12:23 pm MDT
  • Original Published Date: Jul 03, 2024 09:49 pm MDT
  • Updated Date Offers Due: Jul 24, 2024 05:00 pm MDT
  • Original Date Offers Due: Jul 17, 2024 05:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 08, 2024
  • Original Inactive Date: Aug 01, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Manhattan , KS 66506
    USA

Description

Amendment 0002 is hereby issued to include a Questions and Answers form, and an amended PWS with changes identified in red font. All other terms and conditions remain unchanged.

Amendment 0001 was issued to extend the RFQ until July 24, 2024 at 1700 MT to allow additional time for quote preparation following the Government's response to Questions received. Questions and Answers will be posted no later than July 18, 2024.

This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in FAR subpart 12.6 and FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. The solicitation number is 12805B24Q0301 and is issued as a request for quotation (RFQ). This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2024-05. The associated NAICS Code is 811210 and the Small Business Size Standard is $34M.

The USDA, Agricultural Research Service, Manhattan, KS has a requirement for Calibration of Pipettes and Scientific Equipment.  The Government intends to award a firm fixed price purchase order as a result of this solicitation.

The requirements are further detailed in the attached Requirements Document.

The place of performance is:

National Bio and Agro-Defense Facility (NBAF)

1980 Dennison Ave

Manhattan, KS 66506

DOCUMENTS TO BE INCLUDED IN QUOTE:

  1. Transmittal Summary Letter. A summary cover letter to the submission should provide at a minimum the following (i) Identification of the Point of Contact, current phone number, and email address. (ii) SamUEI Number, CAGE Code, Tax Identification Number (TIN) (iii) A list of the submission package content
  2. Fully completed and signed SF30 for any and all amendment(s) (if applicable), with blocks 15a, 15b, and 15c completed. Failure to acknowledge all amendments will result in the offer to be found Non-Responsive and not eligible for award.
  3. Contractor Quote pricing document.  Offeror shall submit, at a minimum, a completed Attachment 3 – Schedule of Pricing, with cents rounded to the nearest dollar.  The contractor shall quote all travel costs on separate CLINS for the base period and option periods. 
  4. Technical Proposal. The offeror shall describe their proposed approach in sufficient detail for the Government to understand and evaluate the nature of the approach, and the contractor’s capability to provide the tasks required by the PWS. The proposal must demonstrate the ability to meet all requirements of the PWS, including (but not limited to) personnel qualifications, ISO 17025 accreditation, alignment with NBAF’s safety and security requirements, and performance requirements such as scheduled onsite pipette/equipment calibration, with records provided, and best practice recommendations.
  5. Past Performance documentation- Offerors shall provide at least (3) past performance references for contracts awarded within the past 5 years for similar services. The references must include projects of similar size/scope and include the contract number, amount, scope, location, and contracting POC.

Any amendment and documents related to this procurement will be available electronically at the Government Point of Entry (sam.gov).

FAR clauses 52.212-1, 52.212-2, 52.212-3, 52.212-4 and 52.212-5 (and any addenda to those clauses) are included in the attached clauses and provisions document. Additionally, other contract requirements and terms/conditions can be located in the same document.

The Government anticipates award of a contract resulting from this solicitation to the responsible offeror whose quote conforms to the specifications that will be the most advantageous to the Government in accordance with FAR 13.106-2 considering three major areas: technical acceptance, past performance and price. Quotes will be evaluated by performing a comparative evaluation in accordance with FAR 13.106-2(b)(3) to determine which quote meets the lowest price technically acceptable evaluation methodology.

All questions shall be submitted via email to Brian Workman at Brian.Workman@usda.gov no later than 5:00 p.m. Mountain Time on July 11, 2024.

All sources wishing to quote shall furnish a quotation no later than 5:00 p.m. Mountain Time, on or before July 24, 2024. Quotations are to be sent via email to Brian Workman at Brian.Workman@usda.gov.

Failure to provide the required information in the requested format may result in quotes not being considered for award.

Attached Provisions/Clauses apply to this RFQ and any subsequent award

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