NAICS: 334516 Analytical Laboratory Instrument Manufacturing
PSC: J066 Maintenance, Repair and Rebuilding of Equipment: Instruments and Laboratory Equipment
This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in subpart 12.6, utilizing FAR part 13 procedures, 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.
(ii) The solicitation number is 1232SA25Q0183 and this combined synopsis/solicitation is issued as a request for quotation (RFQ).
(iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-04, June 11, 2025.
(iv) This is a total 100% small business set-aside and the associated NAICS code is 811310 and the small business size standard is 1,000 Employees.
(v) A list of line item number(s) and items, quantities, and units of measure (including option(s), if applicable).
(vi) United States Department of Agriculture (USDA), Agricultural Research Service (ARS) requires a Contractor to provide services to perform a Preventative Maintenance Service Contract for Systec VX65 Autoclave SN:3644. See attached Statement or Work.
(vii) Place of service/delivery and acceptance: National Swine Research and Information Center Room 2142 - 1029 North University Blvd - Ames Iowa, 50010.
(viii) Provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition.
(ix) Provision 52.212-2, Evaluation-Commercial Products and Commercial Services is applies to this acquisition. Evaluation will be based on Best Value.
The Government will award one firm fixed contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price, past performance and technical factors shall be considered. The following factors shall be used to evaluate offers: Best Value. Review 1232SA25Q0183 Terms and Conditions for more information.
(x) Offers must have a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, uploaded on their sam.gov profile by the time quotes are due.
(xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.
(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Additional clauses included as attachment: Contract Terms and Conditions
(xiii) In order to be considered for award OFFERORS SHALL SUBMIT ALL OF THE FOLLOWING electronically to tiffany.reval@usda.gov:
- Submit Firm Fixed Price quotation (quote on company letterhead) detailing the Service description, total price per period and valid for at least 60 days after receipt of quote.
- Submit Sam.gov Unique Entity ID (UEI) with quotation.
- Submit Capability Statement showing technical capability to meet or exceed ALL Performance Elements in the Statement of Work.
- Submit completed and signed 1232SA25Q0183 Terms and Conditions document.
- Submit Attachment 2 - Schedule of Items
REJECTION OF QUOTATION: Failure to demonstrate compliance or to submit ALL items requested in solicitation will be cause to reject the quote without further discussions.
DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Government's best interest.
(xv) Quotes are due on 8/15/2025 at 5 PM EST by email to Tiffany Reval at tiffany.reval@usda.gov.