Processing Experimental Samples

Agency: AGRICULTURE, DEPARTMENT OF
State: Maryland
Type of Government: Federal
FSC Category:
  • B - Special Studies and Analyses - Not R&D
NAICS Category:
  • 541990 - All Other Professional, Scientific, and Technical Services
Set Aside: Total Small Business Set-Aside (FAR 19.5)
Posted Date: Apr 15, 2024
Due Date: Apr 17, 2024
Solicitation No: 12305B24Q0072
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
Processing Experimental Samples
Active
Contract Opportunity
Notice ID
12305B24Q0072
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS NEA AAO ACQ/PER PROP
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 15, 2024 02:57 pm EDT
  • Original Published Date: Apr 05, 2024 03:26 pm EDT
  • Updated Date Offers Due: Apr 17, 2024 02:00 pm EDT
  • Original Date Offers Due: Apr 17, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 02, 2024
  • Original Inactive Date: May 02, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: B529 - SPECIAL STUDIES/ANALYSIS- SCIENTIFIC DATA
  • NAICS Code:
    • 541990 - All Other Professional, Scientific, and Technical Services
  • Place of Performance:
    Beltsville , MD
    USA
Description View Changes

AMEND 0001 - Attachment 3 - Questions and Answers Added



-----------------------------End of Amendment 0001 -------------------------------------------



This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in subpart 12.6, utilizing FAR part 13 procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.



(ii) The solicitation number is 12305B24Q0072 and this combined synopsis/solicitation is issued as a request for quotation (RFQ).



(iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2024-03, February 23, 2024.



(iv) This is a total 100% small business set-aside and the associated NAICS code is 541990 and the small business size standard is $19.5.



(v)



LINE ITEM QTY Unit of Measure



0001 1 JOB



(vi) The USDA-ARS Diet Genomics and Immunology Laboratory (DGIL) at Beltsville Human Nutrition Center (BHNRC) in Maryland requires whole-genome shotgun sequencing services for 137 intestinal content samples and short chain fatty acid (SCFA) determination in 94 of these samples. See attached Statement or Work (Attachment 1)



(vii) Place of service/delivery and acceptance: 10300 Baltimore Ave BARC-EAST BLDG 307C Beltsville, Marland 20705 and is FOB destination.



(viii) Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.



(ix) Provision 52.212-2, Evaluation-Commercial Items is applies to this acquisition. Evaluation will be based on Best Value.



Factor 1 - Price



Factor 2 – Technical capability of the offer to meet the Government Requirement.




  • Technically Acceptable Subfactors

    • All task in section 3.0 of the Statement of Work.

    • All deliverables in section 5.0 of the Statement of Work

    • Schedule





Factor 3 –Past Performance



This factor will be evaluated based on the offeror’s capability and capacity to meet the contract requirements, based on past contract performance. Past performance will be assessed based on references provided to the procurement office. Offerors should provide references for up to three similar contracts completed within the last three years of similar size, scope, function, and complexity to the subject project. If no references are provided and there is no known past performance with the procurement office, the offeror will be given a neutral rating.



Provide the information specified below for each project listed.




  1. Title and brief description of contract

  2. Location

  3. Owner/Client

  4. Original dollar value of contract

  5. Final dollar value of contract

  6. Contract period of performance

  7. Name and Phone # of Contracting Officer/Owners Representative



Submission for this factor shall not exceed three (3) pages and three (3) projects.



(x) Offers must have a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, uploaded on sam.gov by the time quotes are due.



(xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.



(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Additional clauses included as attachment: Attachment 2 Contract Terms and Conditions



(xiii) In order to be considered for award OFFERORS SHALL SUBMIT THE FOLLOWING:




  1. Submit documentation showing technical capability to meet or exceed Performance Elements and Benchmarks in the Statement of Work.

  2. Submit Firm Fixed Price quotation (quote on company letterhead) detailing the item description, place of manufacture, total price and valid for at least 60 days after receipt of quote. Item delivered FOB Destination inclusive of all costs.

  3. Submit Unique Entity ID (UEI) with quotation.

  4. Quoted prices must include all applicable costs including FOB shipping costs.

  5. Place of Manufacture



REJECTION OF QUOTATION: Failure to demonstrate compliance or to submit all items requested in solicitation will be cause to reject the quote without further discussions.



DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Government's best interest.



(xv) Quotes are due on 4/17/2024 at 2:00 PM EST by email to Jennifer Peterson at Jennifer.L.Peterson@usda.gov.



(xvi) Jennifer Peterson may be reached at Jennifer.L.Peterson@usda.gov for specific questions regarding this combined solicitation. Questions by interested parties regarding the requirement must be submitted by 4/15/2024 by 2:00 PM EST.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 10300 BALTIMORE AVENUE BLDG 003, RM 223, BARC-WEST
  • BELTSVILLE , MD 20705
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Apr 5, 2024[Combined Synopsis/Solicitation (Updated)] Processing Experimental Samples

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Editing column ID Title Status Due / Close Date Publish Date Main Category

State Government of Maryland

Bid Due: 4/29/2024

Follow 1305M224R0017 - Analytical Chemistry Services, Sediment Analysis Active Contract Opportunity Notice ID

COMMERCE, DEPARTMENT OF

Bid Due: 5/10/2024

Editing column ID Title Status Due / Close Date Publish Date Main Category

State Government of Maryland

Bid Due: 5/31/2024

Editing column ID Title Status Due / Close Date Publish Date Main Category

State Government of Maryland

Bid Due: 4/29/2024