Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 31, 2024 SAM #8313
SOLICITATION NOTICE

B -- Short Read Next Generation Sequencing

Notice Date
8/29/2024 10:17:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
USDA ARS NEA AAO ACQ/PER PROP BELTSVILLE MD 20705 USA
 
ZIP Code
20705
 
Solicitation Number
12305B24Q0207
 
Response Due
9/6/2024 10:00:00 AM
 
Archive Date
09/21/2024
 
Point of Contact
Claire Anderson, Phone: 3014502260
 
E-Mail Address
claire.anderson@usda.gov
(claire.anderson@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
� This is a combined synopsis/solicitation for commercial items prepared in accordance with the procedures contained in FAR Part 12.6, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 12305B24Q0207 and 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 total 100% small business set-aside and the associated NAICS code is 541715 and small business size standard is 1,000 employees. ��������������� (v) See attached document Specification Sheet. ��������������� (vi) USDA, Agricultural Research Service (ARS), National Cold Water Marine Aquaculture Center(NCWMAC) Shellfish Genetics program requires library preparation and paired-end sequencing of 160 samples for whole genome sequencing (WGS). The libraries will be sequenced with 2 x 150 bp reads and target 100 million paired reads per sample (200 million reads total) for a coverage of 50x of a 600 Mbp genome. Sequenced data will be demultiplexed. *Please see Specification Sheet for details* ��������������� (vii) Performance location: USDA ARS NCWMAC Shellfish Genetics, 483 CBLS, 120 Flagg Road, Kingston, RI 02881 ��������������� (viii) Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. ��������������� (ix) Provision at 52.212-2, Evaluation-Commercial Items, 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 Specification Sheet. (b)������� Submit Firm Fixed Price quotation (quote on company letterhead) detailing the supply/service description, 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 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 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. See attached clauses for additional applicable clauses. ��������������� (xiv) All questions regarding this announcement must be submitted in writing to the Contracting Officer, via email to claire.anderson@usda.gov by September 4, 2024. Telephone requests for information will not be accepted or returned. Quotes are due on September 6, 2024 NLT 1:00 PM EST by email to, Claire Anderson at claire.anderson@usda.gov. Biobased Products:� This procurement requires the use of Biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced.� The products should first be acquired from the USDA designated product categories.� All supplies and materials shall be of a type and quantity that conform to applicable Federal specifications and standards, and to the extent feasible and reasonable, include the exclusive use of biobased and recycled products.� Please visit www.biopreferred.gov for more information on the USDA Biobased Program and to reference the catalog of mandatory biobased products.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0a059409d7c24fe6a172db95cc59763d/view)
 
Place of Performance
Address: Kingston, RI 02881, USA
Zip Code: 02881
Country: USA
 
Record
SN07191513-F 20240831/240829230115 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.