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 Notice is Subject to Availability of Funding. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 12505B25Q0074 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03 dated January 17, 2025. This solicitation will be a Total Small Business Set Aside. The associated NAICS code is 541990 (All other Professional, Scientific, and Technical Services), with a small business size standard of $20 million.
The acquisition is for the following item as identified in the Line Items:
0001) ACQUIRE SERVICES OF NUCLEAR PROTEIN ISOLATION AND IMMUNOPRECIPITATION AND MASS SPECTROMETRY AS DETAILED IN STATEMENT OF WORK, 04/14/2025-07/01/2025
Description of work: The USDA has a requirement for – Nuclear Protein Isolation and Immunoprecipitation and Mass Spectometry as detailed in the statement of work. The Contractor shall provide all services F.O.B. destination. Location of the Government site is the USDA, in Ames, IA and will also be identified in the Contract. The Government anticipates award of a Firm Fixed Price contract.
See attached Clauses and Provisions document for the Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses that apply to this acquisition. Offerors responding to this announcement shall submit their quote in accordance with FAR 52.212-1 Instruction to Offerors Commercial Products and Commercial Services and include a copy of 52.212-3 Offeror Representations-Commercial Products and Commercial Services.
Submission of quote shall include the following: (1) Price (2) Technical - adherence to statement of work. All responses shall be submitted electronically to jeffery.kathman@usda.gov.
The basis for award is Lowest Price Technically Acceptable (LPTA), LPTA means the best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. Pursuant to FAR 52.212-2 Evaluation-Commercial Products and Commercial Services, the criteria for evaluation are: (1) Price and (2) Technical and must also have satisfactory Past Performance. The lowest priced quote will first be evaluated for technical acceptability in accordance with the minimum specifications identified. If determined not technically acceptable, it will be removed from competition and the next lowest priced quote will be evaluated for technical acceptability. This will continue until the lowest price quote is determined technically acceptable, then a determination of responsibility will be completed. If found responsible, evaluations will be closed, and award will be made.
INSPECTON AND ACCEPTANCE TERMS: Services will be inspected by the Contracting Officer Representative (COR) and accepted at destination.
Period of Performance is 04/14/2025-07/01/2025
To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) at the time the quote is submitted. A contractor can contact SAM by calling 1-866-606-8220 or www.sam.gov. NO EXCEPTIONS. A SAM UEI number is required in order to register. All invoices shall be submitted electronically.
Quotes must be received no later than 2:00 PM Central Time on April 4, 2025. Questions regarding this combined synopsis/solicitation are due no later than 5:00 PM Central on March 28, 2025. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.
DISCLAIMER: The official contract documents are located on the government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to this solicitation. Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.
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. 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.