Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 06, 2025 SAM #8593
SOLICITATION NOTICE

Q -- Advanced Genetic Sequencing (Research Study Support)

Notice Date
6/4/2025 9:32:14 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
RPO EAST (36C24E) PITTSBURGH PA 15212 USA
 
ZIP Code
15212
 
Solicitation Number
36C24E25Q0045
 
Response Due
6/11/2025 8:59:00 AM
 
Archive Date
07/11/2025
 
Point of Contact
Ms. Millicent Covert, Contracting Officer, Phone: (Phone calls will not be taken)
 
E-Mail Address
millicent.covert@va.gov
(millicent.covert@va.gov)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with Part 13 of Federal Acquisition Regulation (FAR), 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. This Solicitation is issued as a Request for Quote (RFQ), and the solicitation number is 36C24E25Q0045. The government anticipates awarding a firm-fixed price contract will be awarded resulting from this combined synopsis/solicitation. This solicitation is issued as a Full and Open Competition concern. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquisition.gov. The associated NAICS Code for this procurement is 541715 Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) and the business size standard is 1,000 employees. The FSC/PSC is Q301. **NOTE: RFQ 36C24E25Q0045 hereby replaces RFQ 36C24E25Q0034** STATEMENT OF NEED (SON) CONTRACT DESCRIPTION AND REQUIREMENTS: The Regional Procurement Office (RPO) - East has a requirement to purchase specialized genetic sequencing services for the Research Department at the Minneapolis VA Health Care System. These services are required for the VA-funded research study Impact of Obesity on Brain Immune Response and Cognition . A firm-fixed price contract will be awarded for the purchase of services in accordance with all terms, conditions, provisions, specifications, and schedule of this solicitation herein. Quotes shall contain the Offeror s best terms for cost/price and technical capabilities of the requirement. The government reserves the right to award without discussions. All work shall be completed in accordance with the Statement of Work, included as Attachment 1 to this solicitation. The contract resulting from this solicitation will be a Firm Fixed Price contract. Period of Performance will be 5 years. Anticipated start date will be June 30, 2025, and run through June 29, 2030. Offerors are requested to quote Firm Fixed Price for any and all of the line items on the Schedule of Supplies and Services attached to this solicitation. The Schedule of Supplies and Services is included as Attachment 2 to this solicitation. Any award resulting from this solicitation will be issued on a Standard Form 1449. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database IAW FAR 52.212-(k). Registration may be done online at: www.acquisition.gov or www.sam.gov. Instructions to the Offeror Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Comparative Evaluation of Quotes will be used, in accordance with FAR 13.106-2. The following are the decision factors: Factor 1 - Technical Capabilities All offerors must meet or exceed all requirements and salient features as listed in the Statement of Need. Factor 2 - Past Performance - Past Performance will be based on the most current CPARS Report. A lack of relevant past performance will be graded as neutral during evaluation. Factor 3 Price 13.106-2 Evaluation of Quotations or Offers The Government intends to award one purchase order as a result of this Request for Quote to the responsible offeror whose quote conforms to the solicitation requirements and will be most advantageous to the Government, considering price, technical capability and past performance of the service offered. Offerors must be determined responsible according to the standards of FAR Part 9 to be eligible for award. The Government is not limited to the Past Performance Record information provided above, but reserves the right to independently seek past performance information through open market contracts, government systems, and other government agencies. The Contracting Officer does anticipate adequate price competition for this RFQ. Should that not happen, the Contracting Officer may need to ask for Data Other than Certified Cost and Price Data to assist with the determination of price reasonableness. Vendors are advised that submitting an unrealistically low price may be grounds for eliminating a quote from competition. This could be on the basis that the vendor does not understand the requirement or has made an incautious quote. The following FAR provision and clauses apply to this solicitation and are incorporated by reference. The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2025-03, Effective 01/17/2025. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquistion.gov. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. FAR 52.212-1 Instructions to Offerors Commercial FAR 52.212-2 Evaluation- Commercial Items FAR 52.212-3 Offeror Representations and Certifications** (SAM registration is required to be complete at time of submission of response) Offerors must complete annual representations and certifications electronically via thein accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required) FAR 52.212-4 Contract Terms and Conditions FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JAN 2025) (DEVIATION FEB 2025) applies to this solicitation. The additional FAR clauses cited in 52.212-5 are applicable to this acquisition. In paragraph (a) the following clauses apply: 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.233-3, Protest After Award (AUG 1996) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) In paragraph (b) the following clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (NOV 2021) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (JAN 2025) 52.219-8, Utilization of Small Business Concerns (JAN 2025 52.219-28, Post Award Small Business Program Representation Postaward Small Business Program Rerepresentation (JAN 2025) 52.222-3, Convict Labor (JUNE 2003) 52.222-35, Equal Opportunity for Veterans (JUN 2020) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627) 52.222-54, Employment Eligibility Verification (JAN 2025). (E.O. 12989) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018) Under paragraph (c) the following clauses apply: 52.222-41, Service Contract Labor Standards (MAY 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) Employee Class Monetary Wage Fringe Benefits 12130 - Medical Laboratory Technician 30.2999252 - Laboratory 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (May 2014) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022) All clauses under paragraph (d) and (e) as applicable (End of Clause) FAR 52.219-8 Utilization of Small Business Concerns (JAN 2025) FAR 52.219-14 Limitations on Subcontracting (Oct 2022) FAR 52.233-3 Protest After Award (Aug 1996) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (SEP 2018) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.209-5 Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction Under any Federal Law (MAR 2012) (DEVIATION) FAR 52.216-1 Type of Contract (APR 1984) The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. Offerors are advised that any and all questions concerning this solicitation must be sent in writing via email to Ms. Millicent Covert at millicent.covert@va.gov. No questions will be answered after Friday, June 6, 2025. Quotes shall be submitted via email to millicent.covert@va.gov. Offerors must reference Solicitation 36C24E25Q0045 in the subject line of the email. No telephone requests for information will be considered. Incomplete packages will be considered nonresponsive. All offers must be received by 11:59 EST, Wednesday, June 11, 2025. Quote Submission Instructions: Quotes shall be sent electronically via e-mail. All quotes shall include one (1) separate copy of each of the items listed below. Submission of a quote that does not contain all items requested below may result in elimination from consideration of award. Offerors must submit each item of quote in a separate electronic attachment clearly identified as described below. No price information shall be included in the technical or past performance section. Offerors are responsible for including sufficient details to permit a complete and accurate evaluation of each quote. First Attachment - Volume 1 1. Completed Schedule of Supplies and Services (Attachment 2 to this solicitation). Completed CLIN price information in the Schedule of Supplies/Services. *Offerors must use the CLINs specified in the Schedule of Supplies/Services. It is not permissible for offerors to use offeror created CLINs or SUBCLINs. 2. Completed certifications and representations located at FAR 52.212-3, or an indication that said certifications and representations are current and located in the SAM database. 3. Signed Certifications that may be included as Addenda to FAR 52.212-1. 4. Signed acknowledgements of amendments (SF30). Applicable only if any amendments are issued against this solicitation. Second Attachment - Volume 2 Offerors shall provide a narrative (including any descriptive literature and/or certifications) which demonstrates the offeror s ability to meet the technical credentials and capability stated in the Statement of Work (SOW). The narrative shall not exceed ten (10) pages and address the requirements within Item 3 Major Requirements and Item 10 under A. General Information in the SOW. Third Attachment - Volume 3 Past Performance Record: Vendors shall provide information on Past Performance Record. This information is used in determining the level of confidence the Government has for a successful performance based upon the vendor s actions under previously awarded and/or relevant contracts. The information provided in Volume 3 will be utilized to evaluate the Vendor s Past Performance. To be considered part of the Past Performance record, we ask to provide two (2) or more relevant contracts in the last five (5) years. If a vendor or its major subcontractor determines that they have no relevant past performance data, they shall provide the following statement in lieu of the information provided below: (Insert vendor or major subcontractor s name) has determined that they possess no relevant past performance information in accordance with the RFQ. To be compliant with this factor, vendors shall provide the following information for both the vendor and proposed major subcontractors: (1) A list of Previous Contract Data for the vendor. Please provide two (2) PRIME contracts and relevant subcontracts that the vendor is currently performing or has completed during the last 5 years. The list shall include: - Contractor name - Name of customer/agency - Contract/Purchase Order Number - Customer points of contact (minimum of two; provide name, telephone number, fax number and e-mail addresses) - Length of contract - Period of Performance (dates) - Initial Contract Price - Description of product/service provided (include sufficient detail to demonstrate similarities/dissimilarities to the requirements of this solicitation) (2) A list of Previous Contract Data for all minor subcontractors containing the information listed in (1) above as it relates to relevant Prime and Subcontracts that the major subcontractor is currently performing or has completed during the last 5 years. (3) The Government may utilize the Contractor Performance Assessment Reporting System (CPARS), responses from the Performance Risk Assessment Questionnaire, data submitted by the vendor, and any other information available to determine the quality and relevance of the vendor s past performance. Fourth Attachment Volume 4 Contractors are required to include a copy of the FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://sam.gov. Failure to include the certifications along with the price proposal or complete certifications on the internet may result in elimination from consideration for award. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Offerors are advised that any and all questions concerning this solicitation must be sent in writing via email to Ms. Millicent Covert at millicent.covert@va.gov. No questions will be answered after Friday, June 6, 2025. Quotes shall be submitted via email to millicent.covert@va.gov. Offerors must reference Solicitation 36C24E25Q0045 in the subject line of the email. No telephone requests for information will be considered. Incomplete packages will be considered nonresponsive. All offers must be received by 11:59 EST, Wednesday, June 11, 2025.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f6b762e43cb5470b95334ecd1c8e4f6d/view)
 
Place of Performance
Address: Vendor's facility
 
Record
SN07465544-F 20250606/250604230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.