Agency: | AGRICULTURE, DEPARTMENT OF |
---|---|
State: | Nebraska |
Type of Government: | Federal |
Category: |
|
Posted: | Jun 1, 2023 |
Due: | Jun 9, 2023 |
Solicitation No: | 12805B23Q0351 |
Publication URL: | To access bid details, please log in. |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
This is a combined synopsis/solicitation for commercial item with commercial services prepared in accordance with the format in FAR subpart 12.06, 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. The solicitation number is 12805B23Q0351 and is issued as a request for quotation (RFQ). This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2021-05. The associated NAICS Code is 334516 and the Small Business Size Standard is 1,000 employees.
The USDA, Agricultural Research Service Clay Center, NE requires a Nanopore Flow Cell Packages. The contractor shall supply these products/services, meeting or exceeding the specifications on page 29. The Government intends to award a firm fixed price purchase order.
The requirements are further detail in the attached Requirements Document.
USDA – ARS – USMARC
844 Road 313
Clay Center NE 68933
DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall respond by:
Any amendment and documents related to this procurement will be available electronically at the Government Point of Entry (sam.gov).
FAR clauses 52.212-1, 52.212-2, 52.212-3, 52.212-4 and 52.212-5 (and any addenda to those clauses) are included in the attached clauses and provisions document. Additionally, other contract requirements and terms/conditions can be located in the same document.
The Government anticipates award of a contract resulting from this solicitation to the responsible offeror whose quote conforms to the specifications that will be the most advantageous to the Government in accordance with FAR 13.106-2 considering three major areas: technical acceptance, past performance and price. Quotes will be evaluated by performing a comparative evaluation in accordance with FAR 13.106-2(b)(3) to determine which quote represents the best as a whole. The Government has the discretion to accept other than the lowest priced quote that provides additional benefits.
All sources wishing to quote shall furnish a quotation:
by 5:00 p.m. Central Time, on or before June 9, 2023.
Quotations are to be sent only via email to Peter Nelson peter.b.nelson@usda.gov
Failure to provide the required information in the requested format may result in quotes not being considered for award.
Attached Provisions/Clauses apply to this RFQ and any subsequent award.
INSTRUCTIONS FOR THE PREPARATION OF OFFERS (FAR 52.212-1 Addendum)
This procurement is a Solicitations competed in accordance with FAR Part 13, Total Small Business set aside. Solicitation documentation and any issued amendments will be distributed via Public Display. No hard copy solicitation materials are available.
Offerors shall provide all required information referenced in this section. Failure to provide all requested information may result in the proposal not being considered for further evaluation.
Offers shall submit required documents via email ONLY to peter.b.nelson@usda.gov.
This quote must be valid until 06/30/2023
OFFER SUBMISSION DOCUMENTS
FAR 52.212-2 – Evaluation -- Commercial Products and Commercial Services. (Nov 2021)
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.
Evaluation Methodology
In accordance with FAR Part 13 the Government will award a firm fixed price 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: Lowest Price Technically Acceptable (LPTA), evaluation method.
Technical Acceptability is defined as:
Past performance will be evaluated in accordance with FAR 13.106-2. Past Performance will be rated on an “acceptable” or “unacceptable” basis. The apparent successful, prospective contractor must have “acceptable” past
performance. System for Award Management (SAM.gov) exclusions list, Federal Awardee Performance and Integrity Information System, and Contractor Performance Assessment Reporting System (CPARS) and CRA / SAM reports shall be considered as part of the past performance evaluation process. Any past performance that is found to be “Negative”, shall result in the entire Past Performance rating as “Unacceptable”. “Negative” is defined as any CPARS and CRA / SAM past performance evaluation rated less than “Satisfactory”, any Terminations for Default/Cause, or any negative performance references will be rated as ‘Unacceptable’. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, “unknown” shall be considered “acceptable.” Any past performance that is found to be “negative”, shall result in the entire Past Performance rating as “Unacceptable” making the overall Technical Acceptability as “Unacceptable”. The rating will be acceptable or Unacceptable
With GovernmentContracts, you can:
Follow DRAFT RFP W9128F24R0012 - $249M Pre-placed Remedial Action Contract (PRAC) IDIQ MATOC
DEPT OF DEFENSE
Bid Due: 5/15/2024
Follow Auger Supplies Indefinite Delivery/Indefinite Quantity Active Contract Opportunity Notice ID W9128F24Q0042 Related
DEPT OF DEFENSE
Bid Due: 4/30/2024
Follow Lease Space for Grand Island, NE Active Contract Opportunity Notice ID 2NE0082
GENERAL SERVICES ADMINISTRATION
Bid Due: 4/19/2024
Follow 2024 Nebraska-Western Iowa (NWI) Nursing Home Open & Continuous Solicitation 36C26324R0039 Active
Federal Agency
Bid Due: 12/31/2024