United States Department of Agriculture

Nanoparticle Synthesis System

Last update: Jun 28, 2022 Last update: 28 Jun, 2022

Details

Location:USAUSA
Category:Goods
Status:Awarded
Sectors:Laboratory & Measurement
Contracting Authority Type:Government / Public Sector
Eligibility:Organisation
Budget:N/A
Date posted:17 May, 2022

Attachments 2

Associated Awards

Project cycle timeline

STAGES
EARLY INTELLIGENCE
PROCUREMENT
IMPLEMENTATION
Cancelled
Status
Programming
Formulation
Approval
Forecast
Open
Closed
Shortlisted
Awarded
Evaluation

Associated tenders 0

Status

Date

Description

Notice ID
12505B22Q0110
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS MWA AAO ACQ/PER PROP


General Information
Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
Original Published Date: May 16, 2022 09:32 am CDT
Original Date Offers Due: May 31, 2022 02:00 pm CDT
Inactive Policy: 15 days after date offers due
Original Inactive Date: Jun 15, 2022
Initiative:
None


Classification
Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
NAICS Code:
334516 - Analytical Laboratory Instrument Manufacturing
Place of Performance:
Ames , IA 50011
USA


Description
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; proposals are being requested and a written solicitation will not be issued. Solicitation No. 12505B22Q0110 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06. The NAICS code applicable to this acquisition is 334516 (Analytical Laboratory Instrument Manufacturing). The PSC is 6640. This requirement is 100% set aside for small business. For a company to qualify as a small business, the small business standard is 1000 employees.

The USDA, ARS in Peoria, IL has a requirement for a NanoGenerator (or equal) lipid nanoparticle synthesis system for our lab will be to generate lipid nanoparticle for use in mRNA vaccines in accordance with the specifications listed in the Statement of Work.

This acquisition is for the following item as identified in the Contract Line Item Number (CLIN):

CLIN 1: To purchase a CAT No. PG-SYN-FS Nanogenerator flex-S Nanoparticles Synthesis System or equal that meets the salient characteristics listed in the Statement of Work.

CLIN 2: To purchase a Cat No. CHP-MIX-4 Nanoparticle synthesis micro mixer chip with 4 devices or equal that meets the salient characteristics listed in the Statement of Work.

CLIN 3: To purchase a Cat No. PG-GSK-SYNS-Q10 Gaskets for Nanogenerator, Flex-S or equal that meets the salient characteristics listed in the Statement of Work.

CLIN 4: To purchase a Cat No. PG-MRC-SYNS-Q10 Reservoirs for Nanogenerator Flex-S or equal that meets the salient characteristics listed in the Statement of Work.

The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard USDA, 1920 Dayton Avenue, Bldg 24, Ames, IA 50010 and will be identified in the contract.

Offerors responding to this announcement shall submit their Quote in accordance with FAR 52.212-1.

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 proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical and (2) Price and must also have satisfactory Past Performance. Technical acceptability will be evaluated based on equal salient characteristics. The lowest priced proposal 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 proposal will be evaluated for technical acceptability. This will continue until the lowest price proposal is determined technically acceptable. Once the lowest priced proposal is determined technically acceptable, then a determination of responsibility will be completed. If found responsible, evaluations will be closed and award will be made.

DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall provide 1) technical approach; 2) price; and 3) Company's SAM UEI number.

REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered.

The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Quote); FAR 52.204-7, System for Awards Management (ALL OFFERORS MUST BE REGISTERED AND ACTIVE IN THE SYSTEM FOR AWARDS MANAGEMENT DATABASE IN ORDER TO RECEIVE AN AWARD) The website address for registration is: http://www.sam.gov; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.211-6, Brand Name or Equal, FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.223-4, Recovered Material Certification; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items; 52.225-2, Buy American Act Certificate ; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html.

To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A SAM UEI number is required in order to register. All invoices shall be submitted electronically.

Questions regarding this solicitation shall be emailed (no phone calls will be accepted) to Melissa Grice, Contract Specialist at melissa.grice@usda.gov no later than 2:00 PM (Central) May 24, 2022. All answers to questions will be posted as an attachment in this solicitation.

Furnish quotes no later than 2:00 PM (Central), May 31, 2022 to Melissa Grice, Contract Specialist at melissa.grice@usda.gov . Quotes will only be accepted via email, no phone calls will be accepted.

 

Contact Information


Contracting Office Address
1815 N UNIVERSITY STREET
PEORIA , IL 61604
USA

Want to unlock full information?
Member-only information. Become a member to access this information. Procurement notices from over 112+ donors and banks are available here
Learn more about our membership benefits