SOLICITATION NOTICE
66 -- Agilent 4150 TapeStation Bioanalyzer Instrument
- Notice Date
- 9/11/2025 5:02:10 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- DEPT OF COMMERCE NOAA KANSAS CITY MO 64106 USA
- ZIP Code
- 64106
- Solicitation Number
- 1333MF25Q0097
- Response Due
- 9/21/2025 9:00:00 AM
- Archive Date
- 10/06/2025
- Point of Contact
- CAMERINO, RAYNIER
- E-Mail Address
-
RAYNIER.CAMERINO@NOAA.GOV
(RAYNIER.CAMERINO@NOAA.GOV)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/SOLICITATION Agilent 4150 TapeStation Bioanalyzer Instrument, Software, and Service Maintenance (i) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number 1333MF25Q0097. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05 (Aug 2025) (Deviation 2025-07) (May 2025). (iv) This solicitation is being issued as a total Small Business Set-Aside. The associated NAICS code is 334516. The small business size standard is 1,000 Employees. (v) This combined solicitation/synopsis is for purchase of the following commercial item and services: CLIN 0001 Firm-Fixed Price Purchase of Agilent 4150 TapStation Instrument, Part No. G2992AA, including software, vortexer, and accessories in accordance with the Statement of Need. Quantity of 1EA; Deliver 30 days from the date of award. CLIN 0001 Firm-Fixed Price - Base Year Services, non-personal, to provide all labor, equipment, and materials (unless otherwise provided herein) necessary for a one-year service agreement on the Agilent 4150 TapStation Instrument, including preventative maintenance, preferred response to on-demand calls, onsite repair visits�including travel, genuine instrument parts, consumables/supplies provided when required for repairs in accordance with the Statement of Need. Period of Performance shall be one year from the date of award. CLIN 1001 Firm-Fixed Price � Option Year 1 Services, non-personal, to provide all labor, equipment, and materials (unless otherwise provided herein) necessary for a one-year service agreement on the Agilent 4150 TapStation Instrument, including preventative maintenance, preferred response to on-demand calls, onsite repair visits�including travel, genuine instrument parts, consumables/supplies provided when required for repairs in accordance with the Statement of Need. Period of Performance shall be one year from the end of the base year period. (vi) Description of requirements is as follows: See attached Statement of Need which applies to Base Year and Option Year 1. INVOICES TO BE BILLED IN ARREARS FOR SUPPLIES AND SERVICES. PROVIDE AN ANNUAL PRICING FOR BASE YEAR AND OPTION YEAR SERVICE AGREEMENTS. PROVIDE A TOTAL PRICE FOR SUPPLIES/EQUIPMENT. QUOTE PRICING MAY BE PROVIDED ON ATTACHED SF18 FORM OR ON COMPANY LETTERHEAD. (vii) Date(s) and place(s) of delivery and acceptance: Deliver supplies 30 days from the date of award. Delivery shall be FOB Destination to Northwest Fisheries Science Center, 6505 NE 65th Street, Seattle, WA 98115, Attn: Dr. Kim Parsons Period of performance shall be: Base Year: 12 months from Date of Award (DOA). Option Period 1: 12 months, dates to be determined after DOA is known. Place of Performance shall be at the contractor�s facility and/or at the Northwest Fisheries Science Center, 6505 NE 65th Street, Seattle, WA 98115. (viii) FAR provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sept 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (ix) FAR provision 52.212-2, Evaluation-Commercial Products and Commercial Services (Nov 2021), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (x) FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024) (Deviation 2025-02) (Deviation 2025-03) (Feb 2025), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. Offerors are advised to include a completed copy of the provision with its offer, unless the offeror�s Reps & Certs section on SAM.gov is accurate and current. Per Deviation 2025-02/03: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. (xi) FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Jan 2025) (Deviation 2025-02) (Deviation 2025-03) (Feb 2025), applies to this acquisition and can be found in full text on the Request for Quote form SF18 attachment. (xiii) Any additional contract requirement(s) or terms and conditions that apply can be found on the Request for Quote form SF18 attachment. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (xv) Quotes are required to be received in the contracting office no later than 12:00PM ED on 09/21/2025. All quotes must be submitted electronically via email to raynier.camerino@noaa.gov.. (xvi) Any questions regarding this solicitation should be submitted electronically via email to raynier.camerino@noaa.gov. UTILIZATION OF FEDCONNECT� FOR CONTRACT ADMINISTRATION The Department of Commerce will utilize the FedConnect� web portal in administering this award. The contractor must be registered in FedConnect� and have access to the FedConnect� website located at https://www.fedconnect.net/Fedconnect/. For assistance in registering or for other FedConnect� questions please call the FedConnect� Help Desk at (800) 899-6665 or email at support@fedconnect.net. There is no charge for registration in or use of FedConnect�. (End) 1352.215-72 Inquiries (Apr 2010) OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO raynier.camerino@noaa.gov. QUESTIONS SHOULD BE RECEIVED NO LATER THAN 5 DAYS OF THE POSTING DATE. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023) NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. 1. Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation. Quote documents shall include signed copies of the SF 18 and SF 30(s) to acknowledge the solicitation and any applicable amendments. Email quotes are required and can be sent to raynier.camerino@noaa.gov. 2. Offeror shall have an active registration in the System for Award Management (SAM found at https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote. 3. Offerors shall assume that the Government has no prior knowledge of them or their capability. 4. Offerors must provide all evaluation criteria in accordance with FAR 52.212-2. Offerors who do not provide all evaluation criteria may not be considered. THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR�S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT. FAR 52.212-2 Evaluation- Commercial Products and Commercial Services (Nov 2021) Offers will be evaluated based on price and the factors set forth in paragraph (a). (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Paragraph (a) is hereby completed as follows: Evaluation will be based on the following pass/fail criteria; 1. Technical Acceptability/Capability: The quote shall include a statement demonstrating the offeror�s capability to perform the required scope of work, including relevant experience for the same or similar services within the past two years, and the offeror�s understanding of the requirement. The statement must not be a reiteration of the Statement of Need. Failure to address the full requirements of the Statement of Need will be considered a fail, and the quote will not be accepted. 2. Technical Specifications: The quote shall meet the Technical Specifications identified in the Statement of Need. 3. Firm-Fixed Price to include FOB Destination. The Government intends to award a low-priced, technically acceptable, single Firm-Fixed Price purchase order on an all or none basis with payment terms of Net 30. The evaluation factors are all of equal importance. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) STATEMENT OF NEED National Oceanic and Atmospheric Administration (NOAA) NOAA Fisheries Office of Law Enforcement & Northwest Fisheries Science Center Agilent 4150 TapeStation Bioanalyzer Instrument, Software, and Service Maintenance BACKGROUND & PURPOSE: The Genetics & Evolution (GE) Program within the Conservation Biology (CB) Division at the Northwest Fisheries Science Center (NWFSC) conducts science to support the conservation and management of marine species, including specific requests to support forensics casework submitted to NWFSC�s Marine Forensics Laboratory by NOAA�s Office of Law Enforcement (OLE). An Agilent TapeStation 4150 bioanalyzer is required to continue to support these mission-essential activities. This request will replace a comparable bioanalyzer that is no longer functional nor serviceable. SCOPE OR MISSION: The Agilent 4150 TapeStation allows the evaluation of genomic DNA, RNA and PCR amplicon quality and quantity and is a critical component of established and validated workflows. We require an Agilent instrument that is compatible and consistent with existing methodologies and existing Agilent TapeStation reagents and consumable supplies. Moreover, this system must maintain a small laboratory footprint and must be flexible to allow the analysis of 1 to 16 samples per run. This instrument is needed to support ongoing marine forensics casework and is required urgently to avoid a lapse in the processing of time-sensitive OLE casework. The system must include a warranty and service contract to avoid interruption of service. TECHNICAL SPECIFICATIONS: 4150 TapeStation instrument including software, vortexer, accessories, plastic consumables, user information, and I+F. Does not include ScreenTape consumables and reagents. Instrument can be used for DNA and RNA analysis. Bench top instrument with footprint not to exceed (26 x 51 x 42 cm), weight 18 kg Process a minimum of 1 sample and a maximum of 16 samples per run. Run time not to exceed 20 minutes for 16 samples. Zero risk of contamination between samples. Reliable and reproducible integrity standards for both RNA and DNA, and cell-free DNA. Simplified workflow compatible with established, existing, ready-to-use ScreenTape technology. The ability to export instrument-generated sample analysis files. One-year manufacturer�s warranty, inclusive of coverage for defects in workmanship and materials that covers all parts and labor. One-year service agreement, including preventative maintenance, preferred response to on-demand calls, onsite repair visits�including travel time and labor, genuine instrument parts, consumables/supplies provided when required for repairs. One option-year service agreement, including preventative maintenance, preferred response to on-demand calls, onsite repair visits�including travel time and labor, genuine instrument parts, consumables/supplies provided when required for repairs. Offeror shall be an authorized distributor of Agilent Technologies Inc. INCLUSION OF CLAUSE 52.217-8: Inclusion of FAR clause 52.217-8, Option to Extend Services, is for use by the Government as outlined at FAR 37.111, Extension of Services. If an option is included, it will be exercised as needed at any time during the life of the contract using the rates applicable at the time of exercise. Evaluation of options will not obligate the Government to exercise the option(s). SPECIAL REQUIREMENTS: A Software Attestation from the software manufacturer is required. DELIVERY SCHEDULE FOR SUPPLIES: The NWFSC requested delivery date is 30 days from the date of award. DELIVERY LOCATION: Northwest Fisheries Science Center 6505 NE 65th Street Seattle, WA 98115 Attn: Dr. Kim Parsons PERIOD OF PERFORMANCE FOR MAINTENANCE SERVICES: One year from the date of award, with a one-year option period. PLACE OF PERFORMANCE FOR MAINTENANCE SERVICES: The place of performance shall be at the contractor�s facility and/or at the NOAA Northwest Fisheries Science Center. GOVERNMENT-FURNISHED RESOURCES: The Government will not furnish any resources to the Contractor in support of this contract. Travel: Travel is expected only as part of the annual service agreement, for preventative maintenance and repairs as needed, and is covered under the service agreement as described above. The travel cost shall be include the total firm-fixed price. Special Requirements Confidentiality and Data Privacy This contract may require that services contractors have access to Privacy Information. Services contractors are responsible for maintaining confidentiality of all subjects and materials and may be required to sign and adhere to a Non-disclosure Agreement (NDA). Intellectual Property Rights All deliverables are the property of the U.S. Government. All documents, analyses, files (digital or other), reports, notes and photos are to be used only by Contractor personnel assigned to this purchase order. Documents, files and other data are to be stored exclusively on Government owned equipment and at no point should be saved or archived on personal drives or devices. Copies are not to be disseminated to anyone outside of the NMFS or to any other contractor personnel without explicit release from the Government. IT Security The contractor will require access to Federal Buildings only for preventative maintenance and service repair under the annual service agreement. Access will only be required for a day at a time. No access to DOC Systems is needed. Contractor will only have access to the instrument laptop, which is offline from IT systems, and does not contain any confidential information. TECHNICAL PROJECT LEAD: Kim Parsons, NOAA NWFSC email: kim.parsons@noaa.gov Phone No. 206-302-2428 IPP INVOICE APPROVER: Kathleen Neely, NOAA NWFSC email: kathleen.neely@noaa.gov Phone No. 425-666-9861 EVALUATION CRITERIA: This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. Technically acceptable means the items quoted match the specified requirement of the RFQ. Failure to include all required items in the quote will render the quote ineligible for award. The criteria listed are all of equal value and will be evaluated on the basis of pass or fail. Please ensure to include details about what is being offered as just providing a price does not give enough information to deem it technically acceptable or not. 1.Technical Acceptability/Capability: The quote shall include a statement demonstrating the offeror�s capability to perform the required scope of work, including relevant experience for the same or similar services within the past two years, and the offeror�s understanding of the requirement. The statement must not be a reiteration of the Statement of Need. Failure to address the full requirements of the Statement of Need will be considered a fail, and the quote will not be accepted. 2.Technical Specifications: The quote shall meet the Technical Specifications identified in the Statement of Need. 3. Firm-Fixed Price to include FOB Destination. CONTRACTORS INVOICE INVOICES MUST BE SUBMITTED IN ARREARS Per NAM 1330-52.232-71 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (FEB 2023) The Contractor must submit payment requests electronically through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP). The Contractor must use the IPP website to register, access, and submit payment requests. The IPP website address is https://www.ipp.gov. ""Payment request"" means any request for contract financing payment or invoice payment to the Contractor. To be considered proper, invoices must be prepared in accordance with, and contain all elements specified in, the contract payment clause (e.g., FAR 52.212-4(g), FAR 52.232-25(a)(3), FAR 52.232-26(a)(2), FAR 52.232-27(a)(2)). All invoices are to be submitted in arrears per 31 U.S.C. � 3324. Advance payments are prohibited by 31 U.S.C. � 3324, which provides that, except as provided by a specific appropriation or other law, �a payment under a contract to provide a service or deliver an article for the United States Government may not be more than the value of the service already provided or the article already delivered.� The primary purpose of 31 U.S.C. � 3324 is to protect the Government against the risk of nonperformance (or refusal to refund moneys) by the contractor after receipt of payment. See 22 Comp. Gen. 834, 835 (1946). In its simplest terms, the statute prohibits the Government from paying for goods before they have been received or for services before they have been rendered. The Contractor must include the following documents as attachments to payment requests submitted through the IPP: Contractor�s Invoice. If the Contractor is unable to comply with the requirement to submit payment requests through the IPP due to a threat to national security; a matter of unusual or compelling urgency; or because the political, financial, or communications infrastructure of a foreign country does not support access to the IPP, the Contractor must request an exception in writing. Contact the Contracting Officer for more information about requesting an exception. (End of Clause)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/60093f1d4151438ba8cf137f1f86f8c7/view)
- Record
- SN07587834-F 20250913/250911230052 (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 |