Iowa Bids > Bid Detail

Five Year BPA to provide biotechnology support services

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159169593856427
Posted Date: Jan 31, 2023
Due Date: Feb 15, 2023
Solicitation No: PR1086681
Source: https://sam.gov/opp/16ed28056f...
Follow
Five Year BPA to provide biotechnology support services
Active
Contract Opportunity
Notice ID
PR1086681
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
ANIMAL AND PLANT HEALTH INSPECTION SERVICE
Office
MRPBS MINNEAPOLIS MN
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jan 31, 2023 02:07 pm MST
  • Original Response Date: Feb 15, 2023 04:00 pm MST
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Q301 - MEDICAL- LABORATORY TESTING
  • NAICS Code:
    • 541380 - Testing Laboratories and Services
  • Place of Performance:
    Ames , IA 50010
    USA
Description

The United States Department of Agriculture (USDA)/Animal Plant Health Inspection Service (APHIS)/ National Veterinary Services Laboratories (NVSL) in Ames, IA intends to award a sole source, five-year Blanket Purchase Agreement to Iowa State University of Science and Technology UEI SAM: DQDBM7FGJPC5 CAGE Code: 5J949 to provide a complete range of biotechnology support services including DNA and protein synthesis, sequencing and analysis services together with support functions that monitor the output, provide trouble shooting, system maintenance and reporting to allow the rapid construction and analysis of results required to support diagnostic and cutting edge methods development



This procurement is being conducted in accordance with 41 U.S.C § 1901 - Simplified Acquisition Procedures up to $7.5 million, as authorized by FAR 13.500(a) and implemented by FAR 13.501(a).



In accordance with procedures for purchases exceeding the simplified acquisition threshold. The requirements at 13.501(a) apply to sole-source (including brand-name) acquisitions of commercial products and commercial services conducted pursuant to subpart 13.5.



Contracting Officer has determined that the circumstances of the contract action deem only one source reasonably available. The additional administrative cost for further market research and time for formal competitive solicitation procedures are not deemed warranted and would only cause substantial duplication of cost to the Government that is not expected to be recovered through competition, and unacceptable delays in fulfilling the agency’s requirements.



Iowa State University is the only facility within the local commuting area, with impartial interest, instrumentation and knowledge to provide support for genetic analysis of this caliber. The impartiality and local commuting area is of paramount importance as it impacts our ability to quickly deliver and retrieve samples that may be needed to diagnose disease in the case of an animal health emergency and speeds our results to our customers. In addition, the Iowa State University has the staff members, equipment, and capacity to support full service biotechnology needs. Although there are other facilities that supply portions of the services required, there are no other vendors within the commuting area of approximately five miles with the resources required to provide the all the services needed. Based on these considerations, there is only one reasonable source for obtaining these services.



This Notice of Intent is not a request for competitive proposals. No solicitation documents are available and telephone requests will not be honored. However, if a firm believes it can meet the requirements it must furnish information about its products and services to the Contract Specialist listed on this notice by 4:00pm. Mountain Time (MT) on the closing date of this notice. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the above requirement. The North American Industry Classification System (NAICS) code for this acquisition is 541380 – Laboratory Testing, and the Small business size standard is $16.5 Mil.



Responses received after the response date or without the required information will be deemed nonresponsive to the synopsis and will not be considered. Capability statements may be sent via email only to: Carol Dingess, Contracting Officer, carol.dingess@usda.gov




Attachments/Links
Contact Information
Contracting Office Address
  • 250 MARQUETTE AVENUE SUITE 410
  • MINNEAPOLIS , MN 55401
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 31, 2023 02:07 pm MSTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >