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 #1232SA25Q0359 and is issued as a request for quotation (RFQ). The NAICS code is 811210 – Electronic and Precision Equipment Repair and Maintenance. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular FAC 2025-04, June 11, 2025
The USDA/ARS/USNPRC in Athens, GA requires a comprehensive service contract for autoclaves and steam generators included in the attached equipment list, per the attached Statement of Work (SOW).
Previous work experience in a high containment facility will be required. The contractor will be required to adhere to the following biosafety requirements:
BIOSAFETY: Building 47 is a high containment facility that requires signing of a no avian contact form, changing into dedicated scrubs, specific Personal Protective Equipment (government provided), showering out of the facility, as well as training before entry is granted. Contractor will be escorted at all times within the program floor of the facility. Equipment bought into program space will need to be surface decontaminated before removal with a disinfect not detrimental to the equipment.
Please include the solicitation number (1232SA25Q0359) in all email communication or your quote may not be considered.
SITE ADDRESS: USDA/ARS, 950 College Station Road, Athen, GA 30605
This contract is base plus four (4) one-year option periods. Please include pricing for five total years.
Base Award: 09.01.2025 – 08.31.2026
Option Year I: 09.01.2026 – 08.31.2027
Option Year II: 09.01.2027 – 08.31.2028
Option Year III: 09.01.2028 – 08.31.2029
Option Year IV: 09.01.2029 – 08.31.2030
A site visit has been scheduled for August 15, 2025, between the hours of 9 am - 12 noon EST. Please contact Nick Chaplinski (nick.chaplinski@usda.gov) to schedule your site visit. Foreign nationals will not be allowed access to the site. Nick Chaplinski will not be able to answer any questions regarding this solicitation.
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 lest 60 days after receipt of quote; and 2) FAR.52.212-3, OFFEROR REPRESENTATIONS AND CETFICATION – 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 cause 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. FAR 52.252-2 Clauses incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS – COMMERCIAL ITEMS; FAR 52.212-5 CONTRACT TERMS AND CODITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS – COMMERCIAL ITEMS applies; FAR 52.222-3, Convict Albor, FAR 52.233-3, Protest after Award; FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-19, Child Labor – Corporation with Authorities and Remedies; FAR 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contract; FAR 52.223-15 Energy Efficiency in Energy-Consuming Products; FAR 52.223-17 Affirmative Procurement of EPA-designated items in Service and Construction Contracts; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment be Electronic Funds Transfer – System for Award Management; applicable to this acquisition; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.222-1 Bio-based Product Certification; FAR 52.223-4 Recovered Materials Certification; FAR 52.212-2 Evaluation – Commercial Items; FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS – COMMERCIAL ITEMS; FAR 52.217-9 Option to Extend the Term of the Contract.
QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or custom fees.
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 fund transfer,
Contractor intending to conduct business with the Federal Government MUST register with 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 signification 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 importance than price. Award will be made based on the overall BEST VALUE to the Government.
The government anticipates the award of a firm fixed price 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. All questions regarding this solicitation should be emailed to the Contracting Officer no later than August 13, 2025, 12 noon EST. Responses shall include technical specifications, descriptive material, and capabilities of the offeror’s equipment. Offerors shall identify 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 0700 am EST, August 20, 2025. Quotations are to be addressed to Marian Dyson, Contacting Officer, at Marian.Dyson@usda.gov. Additional information may be obtained by contacting the Contracting Officer by email.