Search Contract Opportunities

Element AVITI 2 x 150 Sequencing Kit Cloudbreak FS High Output   2

ID: 1232SA25Q0581 • Type: Synopsis Solicitation • Match:  90%
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:
Loading

Description

This is a combined synopsis/solicitation for commercial items and commercial services prepared in accordance with the procedures contained in FAR Part 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.

The solicitation number is 1232SA25Q0581 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 2025-05 dated 08/07/2025.

This solicitation is issued as a Total Small Business Set-Aside. The associated NAICS code is 334516 and the small business size standards in number of employees is 1,000.

Contract Line Item Number(s) (CLINS):

Clin 0001 - AVITI 2x150 Sequencing Kit Cloudbreak FS High Output (Catalog #860-00013) in accordance with attached specifications.
QUANTITY REQUESTED: 120

Brand name or equal being requested.

Description: See attached Specifications.

Place of Delivery and Acceptance:

USDA, ARS, Daniel K. Inouye U.S. Pacific Basin Agricultural Research Center

64 Nowelo Street

Hilo, HI 96720

This requirement must be FOB Destination inclusive of all costs.

FAR Provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, 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 Products and Commercial Services (DEVIATION), with their quotation online at SAM: www.sam.gov. An offeror must state in their quotation 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 Products and Commercial Services, 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 Products and Commercial Services (DEVIATION), 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.

Contractors must be registered and active in the System for Award Management (SAM) prior to submitting a quotation. Registration is free and registration can be completed online at www.sam.gov/portal/public/SAM.

Date, Time, and Place Quotations are due:

Quotations are due by Thursday, August 21, 2025 not later than 3:00 p.m. CDT. No late quotations will be accepted.

Submit quotation to the following email address, referencing Solicitation Number 1232SA25Q0581 by the quotation due date and time. monte.jordan@usda.gov.

The quotation must be valid for at least 60 days after receipt of quotation.

Questions must be submitted in writing only by email referencing Solicitation Number 1232SA25Q0581 to monte.jordan@usda.gov. Questions must be received on or before August 14, 2025 not later than 3:00 p.m. CDT. NO telephone calls will be accepted.

It is the offeror's responsibility to monitor the Government Point of Entry (GPE), SAM.gov for information relevant to this solicitation, e.g., questions and answers, amendments, etc. Any amendments and documents related to this procurement will be available electronically at the Government Wide Point of Entry (GPE), SAM.gov.

Background
The USDA Agricultural Research Service (ARS) is issuing this solicitation as a combined synopsis/solicitation for commercial items and services. The goal of the contract is to procure AVITI 2x150 Sequencing Kits to support agricultural research efforts. This solicitation is a Total Small Business Set-Aside, aimed at small businesses.

Work Details
The contract requires the delivery of 120 units of the AVITI 2x150 Sequencing Kit Cloudbreak FS High Output (Catalog #860-00013). The kits must meet the attached specifications and are requested on a brand name or equal basis.

The delivery must be FOB Destination, inclusive of all costs, to the USDA, ARS, Daniel K. Inouye U.S. Pacific Basin Agricultural Research Center located at 64 Nowelo Street, Hilo, HI 96720.

Period of Performance
The period of performance for this contract is from September 1, 2025, to October 31, 2025.

Place of Performance
The products will be delivered to Hilo, HI.

Overview

Response Deadline
Aug. 21, 2025, 4:00 p.m. EDT Past Due
Posted
Aug. 8, 2025, 12:46 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Hilo, HI 96720 United States
Source

Current SBA Size Standard
1000 Employees
Pricing
Likely Fixed Price
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
81% of obligations for similar contracts within the Agricultural Research Service were awarded full & open.
On 8/8/25 Agricultural Research Service issued Synopsis Solicitation 1232SA25Q0581 for Element AVITI 2 x 150 Sequencing Kit Cloudbreak FS High Output due 8/21/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 334516 (SBA Size Standard 1000 Employees) and PSC 6640.
Primary Contact
Name
Monte Jordan   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
None Scott Geib Profile scott.geib@usda.gov None

Documents

Posted documents for Synopsis Solicitation 1232SA25Q0581

Opportunity Assistant

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 1232SA25Q0581

Award Notifications

Agency published notification of awards for Synopsis Solicitation 1232SA25Q0581

Contract Awards

Prime contracts awarded through Synopsis Solicitation 1232SA25Q0581

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 1232SA25Q0581

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 1232SA25Q0581

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 1232SA25Q0581

Experts for Element AVITI 2 x 150 Sequencing Kit Cloudbreak FS High Output

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
AGRICULTURE, DEPARTMENT OF > AGRICULTURAL RESEARCH SERVICE > USDA ARS AFM APD
FPDS Organization Code
12H2-1232SA
Source Organization Code
500022476
Last Updated
Sept. 5, 2025
Last Updated By
monte.jordan@ars.usda.gov
Archive Date
Sept. 5, 2025