US Government Contract for Flow Cells
Summary of important facts, details, and requirements
- Location of work
- Stoneville, MS, USA
- Bids due date
- February 23, 2024
- Department and office
- AGRICULTURE, DEPARTMENT OF
USDA ARS SEA AAO ACQ/PER PROP - Set aside
- N/A
This contract is requesting quotes for the procurement of Flow Cells for DNA sequencing platforms at the USDA, ARS, Warmwater Aquaculture Research Unit in Stoneville, MS. The Flow Cells required are the MinION Flow Cell (R10.4.1) and the Flongle Flow Cells (R10.4.1). The contract requires the delivery of 1 pack of 48 MinION Flow Cells and 1 pack of 12 Flongle Flow Cells. The Flow Cells are proprietary, disposable components used with the Oxford Nanopore Technologies DNA sequencing devices. The contract also specifies the place of performance and the point of contact for any inquiries. The deadline for submitting quotes is 2/23/2024 at 8:00 PM (CT). The contract requires the inclusion of certain documents in the quote, such as a detailed item description, unit price per item, discounts, and a valid quote for at least 60 days. Offerors must also complete the necessary representations and certifications electronically in the System for Award Management (SAM) website. The contract includes various clauses and provisions related to contract terms and conditions, equal opportunity, affirmative procurement, payment, and evaluation factors. The government anticipates awarding a firm fixed-priced contract based on the lowest price, technically acceptable offer that meets the specifications and requirements.
Flow Cell (R10.4.1),
Full details from SAM.gov
- Location of work
- Stoneville, MS, USA
- Bids due date
- February 23, 2024
- Department and office
- AGRICULTURE, DEPARTMENT OF
USDA ARS SEA AAO ACQ/PER PROP - Set aside
- N/A
Specifications This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number is 12405B24Q0083 and is issued as a request for quotation (RFQ). The NAICS code is 334516 Analytical Laboratory Instrument Manufacturing. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular FAC 2024-02 Any quotes not meeting the minimum specifications will not be considered. Flow Cell (R10.4.1), cat# FLO-MIN114 quantity 1 pack of 48; Flow cells are proprietary, disposable components of the Oxford Nanopore Technologies DNA sequencing platforms at the USDA, ARS, Warmwater Aquaculture Research Unit in Stoneville, MS. A MinION Flow Cell (R10.4.1) is a consumable used with MinION and GridION devices. It contains the proprietary sensor array, Application-Specific Integrated Circuit (ASIC), and R10 nanopores. The R10 series of nanopores contains a double reader-head and is suitable for experiments where high consensus accuracy is required. Paired with the Kit 14 chemistry, R10.4.1 generates data at a modal accuracy above 99%. Flongle Flow Cells (R10.4.1), cat# FLO-FLG114 quantity 1 pk of 12; Flongle flow cells are also proprietary, disposable components of the Oxford Nanopore Technologies DNA sequencing platforms at the USDA, ARS, Warmwater Aquaculture Research Unit in Stoneville, MS. The Flongle flow cells have a lower sequencing capacity and are more suited to smaller samples. Place of performance: SEA STONEVILLE MS LOCATION SUPPORT 141 EXPERIMENT STATION ROAD STONEVILLE MS 38776 Point of Contact: Geoff Waldbieser, Geoff.Waldbieser@usda.gov, 662-686-3151 Quotes are due: 2/23/2024 at 8:00 PM (CT) All responsible businesses meeting the requirements may submit a quote which shall be considered by the Agency. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price per item, discounts for trade-ins, total price and valid for at least 60 days after receipt of quote; and 2) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS; The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at www.sam.gov. REJECTION OF QUOTATION: Failure to demonstrate compliance will be caused to reject the quote without further discussions. All responsible sources may submit an offer and will be considered. The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS; 52.217-8 Option to Extend Services. QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees. DELIVERY DUE DATE: The Government requires delivery on or before 30 ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.sam.gov. FAR 52.212-2, Evaluation-Commercial Item, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based low price, technically acceptable. The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material, and capabilities of the offerors equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All sources wishing to furnish a quotation must respond by 2/23/2024 at 8:00 AM (CT). Quotations are to be addressed to Jovan Haynes, Purchasing Agent, at jovan.haynes@usda.gov. Additional information may be obtained by contacting the Purchasing Agent by email.