Purchase Digital PCR System
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Aug 04, 2022 08:41 pm CDT
- Original Date Offers Due: Aug 10, 2022 04:00 pm CDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Aug 25, 2022
- 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: Lincoln , NE 68583USA
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation is attached. The solicitation number is 12805B22Q0426 and is issued as a request for quotation (RFQ). THIS IS A TOTAL SMALL BUSINESS SET ASIDE. The USDA, ARS, Plains Area Wheat, Sorghum and Forage Research in Lincoln, NE has a need for a Digital PCR System. See Specifications in the Attachments Section.
Contractor is required to have an active registration in the Government’s System Award Management (SAM) for the quote to be accepted. The Contractor will be required to register in the Government’s Invoice Payment Platform (IPP) and submit invoices electronically for payment.
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 represents the Lowest Price Technically Acceptable. See attached clauses and provisions document for more details.
Submit an SF-1449 Form describing the services needed. Also include a price quote on company letterhead. Must meet the Specifications in the Atachments Section. Make sure to include your company's DUNS or SAM UEI Number. Send the SF-1449 and all related documents to james.porter@usda.gov before the deadline on August 10, 2022. For technical questions, contact Dan Miller at dan.miller@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.
Attachments/Links
Contact Information
Contracting Office Address
- 2150 CENTRE AVENUE BLDG D, SUITE 300
- FORT COLLINS , CO 80526
- USA
Primary Point of Contact
- James Porter
- james.porter@usda.gov
Secondary Point of Contact
History
- Sep 07, 2022 10:56 pm CDTCombined Synopsis/Solicitation (Updated)
- Aug 04, 2022 08:41 pm CDTCombined Synopsis/Solicitation (Original)