Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:1020513NAPDL
This is a Combined Synopsis/Solicitation announcement for commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. T...
This is a Combined Synopsis/Solicitation announcement for commercial item 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 1020513NAPDL is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-02 (November 2020). This is a total small business set-aside and the associated North American NAICS code is 541380 Testing Laboratories and small business size standard is Classification is $16.5 million dollars. The line items will be over a period of two years ARO. The contractor shall provide LC-MS untargeted metabolomics profiling per attached Statement of Work. The period of performance shall be two years ARO. The place of performance shall be: Contractor’s place of business (TBD) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. No addenda applies. 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. FAR 52.212-2 applies. 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. The following factors shall be used to evaluate offers: Technical, past performance, and price. (a)Technical and past performance, when combined, are equal to price (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. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Prospective vendors shall complete electronic annual representations and certifications, and shall be registered in the System for Award Management database at http://www.beta.sam.gov at the time of submittal of quote. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition including any addenda to the clause. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. The contractor shall carry out the services as per attached SOW in a timely and acceptable manner. Interested contractors shall submit their quotes by December 22, 2020, at 5:00 p.m. to althea.paul@usda.gov. ll questions shall be submitted by email to althea.paul@usda.gov by or before December 18, 2020. Telephone inquiries will not be accepted. The government intends to award a Firm Fixed Price Contract in December 2020 to the offeror with the best value to the Government. All responsive quotes should include Representation and Certification must be updated in beta.sam.gov by due date and time of quote Statement certifying ability to provide the following after receipt of animal tissue for untargeted metabolomics profiling: 2. All raw spectral data; 3. Injection order and quality control (QC) data; 4. feature extraction, preprocessing and compound identification using at least four metabolite compound spectral databases, such as Human Metabolome Database (HMDB), METLIN, MassBank, and Madison Metabolomics Consortium Database (MMCD); 5. Descriptive summary report. The processed data should be tabulated into Excel or tsv data matrix (compound ID as row and samples as column) with the following features: retention time (RT), mass-to-charge ratio (m/z), compound molecular weight (Mass), official compound ID, compound name or description, raw and normalized peak intensity. c. Price Primary Point of Contact: Althea Paul Contract Specialist althea.paul@usda.gov Phone: (301) 504-0331 As authorized by FAR 5.102, solicitation dissemination is limited to electronic medium, and the USDA will provide no hard copies. The solicitation will only be available for download at no charge at the Federal Business Opportunities (FBO) website (http://www.fbo.gov). No other site shall be used to obtain these documents.