Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 17, 2024 SAM #8177
SOLICITATION NOTICE

B -- Processing Experimental Samples

Notice Date
4/15/2024 11:57:15 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
USDA ARS NEA AAO ACQ/PER PROP BELTSVILLE MD 20705 USA
 
ZIP Code
20705
 
Solicitation Number
12305B24Q0072
 
Response Due
4/17/2024 11:00:00 AM
 
Archive Date
05/02/2024
 
Point of Contact
Jennifer Peterson, Phone: 9034368959
 
E-Mail Address
jennifer.l.peterson@usda.gov
(jennifer.l.peterson@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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. Title and brief description of contract Location Owner/Client Original dollar value of contract Final dollar value of contract Contract period of performance 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: Submit documentation showing technical capability to meet or exceed Performance Elements and Benchmarks in the Statement of Work.� 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.� Submit Unique Entity ID (UEI) with quotation.� Quoted prices must include all applicable costs including FOB shipping costs. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b921a825dfc74c1fa8611011d7e4e390/view)
 
Place of Performance
Address: Beltsville, MD, USA
Country: USA
 
Record
SN07030317-F 20240417/240415230050 (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.