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; quotes are being requested and a written solicitation will not be issued. Solicitation number 12505B21Q0091 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06. The associated NAICS code is 334516, Analytical Laboratory Instrument Manufacturing, with a small business size standard of 1,000 employees and the PSC code is 6630.
The Department of Agriculture (ARS) has the need for the following products:
001) High-Throughput DNA/RNA Extraction Machine
Scope of Work:
The USDA-ARS Sugarbeet and Bean Research Unit (SBRU) in East Lansing, MI is seeking sources for a High-Throughput DNA/RNA Extraction Machine.
Background:
SBRU is conducting research to examine allelic variability in sugarbeet populations, breeding lines and cultivars for a number of different traits. DNA and RNA extractions are an “every day” activity for the program, but require lots of man hours to complete for large numbers of samples. This program is both CRIS funded and has industry support. Characterizing allelic diversity at the population level is essential to breeding new cultivars with improved traits. Purpose is to procure a high throughput DNA/RNA extraction machine for processing ground sugarbeet leaf and seed tissue. This machine will allow for easy and rapid extraction of DNA and RNA from a range of tissues in support of the sugarbeet breeding program.
Technical Requirements:
Provide and deliver one high-throughput DNA extraction machine with the following characteristics/capabilities:
Brand Limit: Fisher Scientific’s KingFisher (see attachments for more).
Evaluation Factors:
Lowest price, technically acceptable. The government intends to award a firm-fixed price award based on the lowest price technically acceptable product. The lowest priced product will be evaluated first; if not found acceptable, the next lowest priced product will be evaluated, and so on until an acceptable product is identified. The government will not review higher priced products if the lowest priced product is determined to be technically acceptable. For a vendor’s products to be considered technically acceptable, they must meet all of the technical requirements identified in the solicitation.
Key Deliverables:
Delivery:
Delivery, instillation, and training to be made to SBRU USDA-ARS, 1066 Bogue Street, Room #384, East Lansing, MI 48824 by or before September 30, 2021.
The vendor shall provide all items F.O.B: destination. Location of the Government site is aboard USDA-ARS East Lansing, MI and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract.
Submitting a Quote:
To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) with a current and active registration. A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. Vendor must also include their DUNS# on their quote.
Also, to be eligible, all vendors must be NDAA 889 Certified. If they do not currently have a NDAA 889 Certification, then they must complete the attached NDAA 889 Certification form and submit it to [email protected] so that they can be added to the list of NDAA 889 Certified vendors.
The submission and payment of invoices on the resulting contract will be made through the Invoice Processing Platform (IPP). As such, vendors must be currently registered or register in IPP in order to be able to submit and receive payment on invoices for the resulting contract.
Offerors responding to this announcement shall submit their quote on the amended SF-18 (see attached). The quote should include all fees, delivery charges, and/or surcharges. This will be a tax-exempt purchase.
Only electronic submissions will be accepted. Please email all quotes in writing on the amended SF-18 to [email protected] by no later than Friday, August 20, 2021 at 5:00 PM Central Standard Time.
Questions in regards to this combined synopsis/solicitation must be submitted through email and are due no later than 5:00 PM CST on Monday, August 16, 2021. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.