Search Contract Opportunities

Biomatik Peptide Synthesis   2

ID: 12305B24Q0027 • Type: Synopsis Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

PSC B529- Special Studies/Analysis-Scientific Data

NAICS: 541380- Analytical Testing Services

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 12305B24Q0072 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 2024-05, May 22 , 2024 .

(iv) This is a 100% small business set-aside and the associated NAICS code is 541380 and the small business size standard of $19,000,000.

(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), The Heck Lab, located in Ithaca, NY on the Cornell campus, needs to purchase peptides to use with citrus greening research. These synthesized peptides are critical in the progression of research for the lab and we have used them in smaller scale in the past with good results. See attached Statement or Work (Attachment 1)

(vii) Place of service/delivery and acceptance: Robert W Holley Center, 538 Tower Road, Ithaca, NY 14850

(viii) Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.

(ix) Provision 52.212-2, Evaluation-Commercial Products and Commercial Services applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

Award will be made on the basis of best value tradeoff. The non-price evaluation factors which consist of Price, Technical Approach Narrative and Past Performance.

Proposals will be evaluated for merit and the ability to satisfy the objectives of the acquisition based on the evaluation criteria listed herein. The Government will award the contract to the responsive, responsible offeror whose proposal provides the best value to the government based on the evaluation criteria as follows:

Factor 1 - Price

Factor 2 Technical Approach Narrative

Provide a technical approach narrative and submittals for all proposed materials, equipment, and shop drawings for use in the project to include, at a minimum:

Submission for this factor shall not exceed one (1) page.

Factor 3 Past Performance

This factor will be evaluated based on the offeror's capability and capacity to meet the contract requirements, based on past contract performance. Past performance will be assessed based on references provided to the procurement office. The Government, at its sole discretion, may utilize other sources of past performance such as the Contractor Performance Assessment Reporting System (CPARS) or any other known sources not provided by the offeror. Offerors should provide references for up to three similar contracts completed within the last three years of similar size, scope, function, and complexity to the subject project.

Offerors are cautioned to submit information specific to projects and actual delivery of products or services. Project submissions referencing base indefinite delivery contracts or blanket purchase agreements alone, and not the actual orders will not be considered.

If no references are provided and there is no known past performance with the procurement office, the offeror will be given a neutral rating.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(x) Offers must have a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, uploaded on sam.gov 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: Attachment 2 Contract Terms and Conditions

(xiii) In order to be considered for award OFFERORS SHALL SUBMIT ALL OF THE FOLLOWING:

  1. Submit documentation showing technical capability to meet or exceed Performance Elements and Benchmarks in the Statement of Work.
  2. Submit Firm Fixed Price quotation (quote on company letterhead) detailing the item description, place of manufacture, total price and valid for at least 60 days after receipt of quote. Item delivered FOB Destination inclusive of all costs.
  3. Submit Sam.gov Unique Entity ID (UEI) with quotation.
  4. Quoted prices must include all applicable costs including FOB shipping costs .
  5. Place of Manufacture

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 8/7/2024 at 2:00 PM PST by email to Rebecca Lumpkin at rebecca.lumpkin@usda.gov

(xvi) Rebecca Lumpkin may be reached at rebecca.lumpkin@usda.gov for specific questions regarding this combined solicitation. Questions by interested parties regarding the requirement must be submitted by 8/5/2024 by 2:00 PM PST.

Background
The United States Department of Agriculture (USDA), Agricultural Research Service (ARS), specifically The Heck Lab located in Ithaca, NY on the Cornell campus, is seeking to procure synthesized peptides essential for citrus greening research.

The peptides are critical for advancing the lab's research efforts, which have previously yielded positive results with smaller quantities.

Work Details
The contractor will provide 10 custom peptides with specific sequences and characteristics required for the research.

The salient characteristics include: gross weight of 3g or more, purity greater than 98%, N-Terminus acetylation, C-Terminus amidation, TFA removal with a guarantee of TFA less than 1%, and solubility testing where 1.0mg peptide must be soluble in 0.5ml DMSO.

Additionally, the peptides must dissolve to 20 mg/mL in potassium phosphate buffer at approximately pH 5.5. Delivery of the peptides will be made to the Robert W Holley Center via FedEx or UPS overnight delivery, and advance notice is required when items have shipped. The shipment cost must include any customs charges.

Place of Performance
The contract will be performed at the Robert W Holley Center, 538 Tower Road, Ithaca, NY 14850.

Overview

Response Deadline
Aug. 7, 2024, 2:00 p.m. EDT Past Due
Posted
Aug. 2, 2024, 7:15 a.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Ithaca, NY 14850 United States
Source

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
Signs of Shaping
The solicitation is open for 5 days, below average for the ARS Northeast Area. 69% of obligations for similar contracts within the Agricultural Research Service were awarded full & open.
On 8/2/24 ARS Northeast Area issued Synopsis Solicitation 12305B24Q0027 for Biomatik Peptide Synthesis due 8/7/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541380 (SBA Size Standard $19 Million) and PSC B529.
Primary Contact
Name
Rebecca Lumpkin   Profile
Phone
(301) 619-7396

Documents

Posted documents for Synopsis Solicitation 12305B24Q0027

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 12305B24Q0027

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 12305B24Q0027

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 12305B24Q0027

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 12305B24Q0027

Additional Details

Source Agency Hierarchy
AGRICULTURE, DEPARTMENT OF > AGRICULTURAL RESEARCH SERVICE > USDA ARS NEA AAO ACQ/PER PROP
FPDS Organization Code
12H2-12305B
Source Organization Code
500033629
Last Updated
Aug. 22, 2024
Last Updated By
rebecca.lumpkin@usda.gov
Archive Date
Aug. 22, 2024