SOLICITATION NOTICE
66 -- Digital Egg Tester
- Notice Date
- 6/4/2024 8:01:02 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- USDA ARS NEA AAO ACQ/PER PROP BELTSVILLE MD 20705 USA
- ZIP Code
- 20705
- Solicitation Number
- 12305B24Q0062-A1
- Response Due
- 6/14/2024 10:00:00 AM
- Archive Date
- 06/29/2024
- Point of Contact
- Claire Anderson, Phone: 3014502260
- E-Mail Address
-
claire.anderson@usda.gov
(claire.anderson@usda.gov)
- Description
- This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in subpart 12.6, and is being conducted according to FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. ��������������� (ii) The solicitation number and a statement that the 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 FAR FAC 2024-05 May 22, 2024. ��������������� (iv) This is a Full and Open solicitation the associated NAICS code is 334519 ��������������� (v) See attached document Statement of Work. ��������������� (vi) USDA, Agricultural Research Service (ARS), Eastern Regional Research Center (ERRC), Characterization and Interventions for Foodborne Pathogens Unit requires a digital egg tester system to evaluate eggs, Haugh unit, yolk index, yolk color, eggshell strength, egg weight, yolk and albumen pH, albumen absorbance, and eggshell thickness. *See attached Statement of Work �for additional information*� ����� (vii) Performance location: USDA, ARS, ERRC, 600 E Mermaid Ln, Wyndmoor, PA 19038. ��������������� (viii) Provision at 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services, applies to this acquisition. ��������������� (ix) Provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition. The Government intends to award a Firm Fixed-Price (FFP) contract. The award will be made on the basis of Lowest Price Technically Acceptable (LPTA). ""LPTA"" means the expected outcome of the acquisition, that results from the selection of the lowest evaluated price (evaluated as total cost of all line items) is a technically acceptable quotation, that fully meets all specifications listed. Only the lowest priced quote will be evaluated for technical acceptability (based on the specifications). The next lowest offer will only be evaluated if the aforementioned quote is not found technically acceptable (and so on). Only one award will be made under this solicitation based on availability of funding. In order to be considered for award OFFERORS SHALL SUBMIT THE FOLLOWING: (a)������� Submit documentation showing technical capability to meet or exceed Performance Elements and Benchmarks in the Statement of Work. (b)������� 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. (c)������� Submit Unique Entity ID (UEI) with quotation. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. ��������������� (x) Offers must have a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, uploaded on Sam.gov by the time quotes are due. ��������������� (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. ��������������� (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services, applies to this acquisition. See attached clauses for additional applicable clauses. ��������������� (xiv) All questions regarding this announcement must be submitted in writing to Claire Anderson, via email to claire.anderson@usda.gov by June 10, 2024. Telephone requests for information will not be accepted or returned. Quotes are due on June 14, 2024 NLT 1:00pm EST by email to, Claire Anderson at claire.anderson@usda.gov. Include the solicitation announcement number in the subject line. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a1f23071d9f541488a70b9ba9d6f2520/view)
- Place of Performance
- Address: Glenside, PA 19038, USA
- Zip Code: 19038
- Country: USA
- Zip Code: 19038
- Record
- SN07086015-F 20240606/240604230121 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |