Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 19, 2021 SAM #7232
SOLICITATION NOTICE

66 -- Droplet Digital PCR Machine

Notice Date
9/17/2021 8:39:51 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USDA ARS NEA AAO ACQ/PER PROP BELTSVILLE MD 20705 USA
 
ZIP Code
20705
 
Solicitation Number
12305B21Q0115
 
Response Due
9/22/2021 9:00:00 AM
 
Archive Date
10/07/2021
 
Point of Contact
Dilynn Rogers, Phone: 3015043691
 
E-Mail Address
dilynn.rogers@usda.gov
(dilynn.rogers@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 format in subpart�12.6, 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 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 2021-06 July 12. ��������������� (iv) This is a total 100% small business set-aside and the associated NAICS code is 334516 and small business size standard is 1000 employees. � ��������������� (v) See attached document (Specification Sheet). ��������������� (vi) USDA, Agricultural Research Service (ARS), NEA, Floral and Nursery Plants Research Unit (FNPRU) requires a Digital Droplet PCR Machine for the US National Arboretum.�*Please see Specification Sheet for additional details* ��������������� (vii) Performance location: USDA, ARS, NEA, FNPRU, 10300 Baltimore Ave, Bldg. 010A, BARC-West, Beltsville, MD 20705. � ��������������� (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 item description, total price and valid for at least 60 days after receipt of quote. Item delivered FOB Destination inclusive of all costs. (c)������� Submit DUNS# 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 Specialist, via email to dilynn.rogers@usda.gov by 21 September 2021.� Telephone requests for information will not be accepted or returned. Quotes are due on 22 September at noon EDT by email to, Dilynn Rogers at dilynn.rogers@usda.gov. 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://beta.sam.gov/opp/6944a57715494bf38d1112f6bee2eadb/view)
 
Place of Performance
Address: Beltsville, MD 20705, USA
Zip Code: 20705
Country: USA
 
Record
SN06137233-F 20210919/210917230120 (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.