This is a combined synopsis/solicitation for commercial items prepared in accordance with the procedures contained in FAR Part 12.6, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures, 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 1232SA25Q0543 and is issued as a Request for Quotation (RFQ).
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2025-04 dated 06/11/2025.
FAR Clause 52.222-49 Service Contract Labor Standards – Place of Performance Unknown (MAY 2014).
- this contract is subject to the Service Contract Labor Standards statute, and the place of performance was unknown when the solicitation was issued. In addition to places or areas identified in wage determinations, if any, attached to the solicitation, wage determinations have also been requested for the following: NA. the Contracting Officer will request wage determinations for additional places or areas of performance if asked to do so in writing by Thusday 14 August 2025; 10:00am EDT.
- Offerors who intend to perform in a place or area of performance for which a wage determination has not been attached or requested may nevertheless submit bids or proposals. However, a wage determination shall be requested and incorporated in the resultant contract retroactive to the date of the contract award, and there shall be no adjustment in the contract price.
This solicitation is issued as a 100% Total Small Business Set-Aside. The associated NAICS code is 541380 and the small business size standard is $19M.
List CLINS, item descriptions, quantities and units of measure:
0001 –Sequencing of DNA samples to construct a specialized library. A pair-end 150 (PE150) is required.
Description/Statement of Work/Specification:
See Attachment I – Statement of Work
Date(s) and place(s) of delivery and acceptance:
Completion and return of deliverables is required within 45 days after receipt of order. The vendor shall generate 25Gb sequence data from each sample. The vendor will upload all sequence data into a hard disk and ship to the customer.
FAR Provision 52.212-1, Instructions to Offerors-Commercial, is incorporated by reference and applies to this acquisition. Please see the attached RFQ terms and conditions for the submission requirements and its addendum.
Evaluation:
For the evaluation criteria, please see the attached RFQ terms and conditions.
Offerors are required to complete in full FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (DEVIATION), with their offer online at SAM: www.sam.gov. An offeror must state in their offer if they completed FAR 52.212-3 online and that is it up-to-date and valid. See the attached RFQ terms and conditions for more requirements.
System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM
FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Please see the attached RFQ terms and conditions for its Addendum.
FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEVIATION FEB 2025), is incorporated and applies to this acquisition. Please see the attached RFQ terms and conditions that are applicable to the acquisition.
There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices.
The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this solicitation.
Date, time and place offers are due.
Offers are due by Wednesday, 27 August 2025.
Submit offers to the following e-mail address(es), by the offer due date and time:
Theodore.blume@usda.gov
Late quotes after the established deadline may be considered only if it is in the government’s best interest and if it will not unduly delay award.
Any and all questions regarding this solicitation shall be submitted in writing to Theodore Blume at theodore.blume@usda.gov no later than Wednesday, 13 August 2025; 1:00pm EDT.
There will be no site visit under this RFQ