Closed Solicitation · DEPARTMENT OF HEALTH AND HUMAN SERVICES
AI Summary
The FDA is seeking quotes for an automated DNA extraction system, including installation, reagents, training, and a one-year warranty. The system must meet specific technical requirements for high-quality DNA extraction. Proposals must comply with the provided Statement of Work and be submitted by the deadline of September 12, 2025.
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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.
(ii) The solicitation number is CVM-2025-129685 and is issued as a Request for Quote (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-05, effective August 7, 2025.
(iv) This acquisition is Full and Open competition. The associated NAICS code is 334516 with a size standard of 1,000 employees.
(v) Contract Line Items (CLINs):
(vi) Description of Requirement:
The U.S. Food and Drug Administration (FDA), Center for Veterinary Medicine (CVM), Office of Applied Science (OAS), requires an automated nucleic acid purification system capable of extracting high-quality, high molecular weight DNA from genomes, metagenomes, and enriched microbiomes. The system shall meet the salient characteristics described in the attached Statement of Work (Attachment 1).
(vii) Delivery/Acceptance:
(viii) FAR 52.212-1, Instructions to Offerors—Commercial Items (NOV 2021) applies. Offerors shall submit:
Volume I shall include the following:
Volume I shall not contain any pricing; however, Volume I must address at a minimum all the sections that is listed in Attachment I – Statement of Work
Volume I must include clear objectives and outcomes, and provide a detailed narrative that clearly and completely demonstrates its technical approach to provide a comprehensive automated nucleic acid purification system capable of extracting high-quality, high molecular weight DNA from genomes, metagenomes, and enriched microbiomes adhering to all the requirements in Attachment I – Statement of Work .
At a minimum, Volume I must include the following:
Technical Appendices:
The Contractor/Company shall include a Technical Appendix that will include all attachments, such as transcripts, resumes, letters of commitment.
2. Volume II - Price proposal with breakdown by CLIN. (Attachment 2)
Volume II must include all pricing and all information necessary to allow for a comprehensive evaluation of the prices proposed in Attachment II – Pricing Spreadsheet. The price quote shall be a firm fixed price and include all pricing.
The Contractor/Company shall submit all electronic documents for Microsoft Office suite products without the use of “macros”. If the offeror submits documents that contain macros, the Government will not be able to view or open such documents and the submission will be considered non-responsive to the solicitation. No additional time will be given to an offeror to correct the document submission and the Government will not inform the offeror that their submission is non-responsive prior to award.
It is the offeror’s responsibility to ensure all electronic documents are submitted without the use of macros.
The following language will be included in the resultant contract award:
Be advised that the FDA does not accept documents which contain the use of macros. Document submissions required throughout the period of performance of this contract shall not have macro enabled functionality, and any document delivered having that functionality will be deemed delinquent, if not corrected prior to the due date.
Attachment II – Pricing Spreadsheet shall be used to identify all the pricing associated with providing the equipment, installation and maintenance for an automated nucleic acid purification system to the FDA. Attachment III can be modified to include additional services that are being provided.
Include the following in Volume III - Past Performance Information references:
Scope: Identifies the aspects of the scope that are the same or similar to the work requirements as listed in the SOW.
Complexity: Describes the specialized nature of the engagement.
Size: Identifies the total dollar value of the contract and the total number of personnel engaged in the effort.
Proposals must be prepared in accordance with and in compliance with the instructions given in this RFQ and address all of the requirements set forth in the Statement of Work (SOW). Merely reinstating the statement of work is not acceptable or not providing adequate information that clearly demonstrates the ability to provide and install that is being requested in the SOW will be considered unacceptable and the contractor will not be eligible for an award. The Government does not anticipate requesting revisions to quotes, so contractors should provide their best solution and price in its response to the RFQ.
The agency will assess the evaluation factors in accordance with FAR Subpart 12 or 13 and in accordance with the evaluation criteria stated within this solicitation. After this assessment, the Contracting Officer may award a contract to the Contractor/Company representing the best value or may contact the contractor (or multiple contractors) and request quote revisions that seek additional price discounts, provide revisions to the technical approach or explain aspects of the quote to improve the terms of the maintenance that are reflected in the quotel. In the event quote revisions are requested, the Government will not necessarily be seeking revisions from all contractors and will not be conducting "discussions".
(ix) FAR 52.212-2, Evaluation—Commercial Items (NOV 2021) applies. Evaluation will be based on:
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. Technical Approach, Delivery schedule and Past performance, when combined, are significantly more important than price.
(a) The following factors shall be used to evaluate Quotes:
(b) 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 a Proposal, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of provision)
Award will be made to the responsible contractor whose quote represents the best value to the Government.
(x) Offerors shall complete FAR 52.212-3, Offeror Representations and Certifications—Commercial Items (DEC 2022), via SAM.gov. (Include a copy with your technical proposal)
(xi) FAR 52.212-4, Contract Terms and Conditions—Commercial Items (DEC 2022) applies.
(xii) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items (JUN 2023) applies, including:
(xiii) Additional Contract Clauses (Incorporated by Reference) :
52.252-2 Clauses Incorporated By Reference (Feb 1998)
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. Also, the full text of a clause may be accessed electronically at this/these address(es):
https://www.acquisition.gov/far/part-52
https://www.acquisition.gov/hhsar/part-352-solicitation-provisions-and-contract-clauses
All applicable terms and conditions from the Contractor’s MAS under SIN [334516] flows down to the associated and awarded order.
Clauses by Full Text
FDA Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (JAN 2022)
a. All Invoice submissions for goods and or services must be made electronically through the U.S. Department of Treasury's Invoice Processing Platform System (IPP). http://www.ipp.gov/vendors/index.htm
b. Invoice Submission for Payment means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Content of Invoices" and the applicable Payment clause included in this contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial items contracts. The IPP website address is: https://www.ipp.gov
c.
d. Invoices that include time and materials or labor hours Line Items must include supporting documentation to (1) substantiate the number of labor hours invoiced for each labor category, and (2) substantiate material costs incurred (when applicable).
e. Invoices that include cost-reimbursement Line Items must be submitted in a format showing expenditures for that month, as well as contract cumulative amounts. At a minimum the following cost information shall be included, in addition to supporting documentation to substantiate costs incurred.
f. Contractor is required to attach an invoice log addendum to each invoice which shall include, at a minimum, the following information for contract administration and reconciliation purposes:
(a.) list of all invoices submitted to date under the subject award, including the following:
(i.) invoice number, amount, & date submitted
(ii.) corresponding payment amount & date received
(b.) total amount of all payments received to date under the subject contract or order
(c.) and, for definitized contracts or orders only, total estimated amounts yet to be invoiced for the current, active period of performance.
g. Payment of invoices will be made based upon acceptance by the Government of the entire task or the tangible product deliverable(s) invoiced. Payments shall be based on the Government certifying that satisfactory services were provided, and the Contractor has certified that labor charges are accurate.
h. If the services are rejected for failure to conform to the technical requirements of the Delivery Order, or any other contractually legitimate reason, the Contractor shall not be paid, or shall be paid an amount negotiated by the CO.
i. Payment to the Contractor will not be made for temporary work stoppage due to circumstances beyond the control of U.S. Food and Drug Administration such as acts of God, inclement weather, power outages, and results thereof, or temporary closings of facilities at which Contractor personnel are performing. This may, however, be justification for excusable delays.
j. The Contractor agrees that the submission of an invoice to the Government for payment is a certification that the services for which the Government is being billed, have been delivered in accordance with the hours shown on the invoices, and the services are of the quality required for timely and successful completion of the effort.
k. Questions regarding invoice payments that cannot be resolved by the IPP Helpdesk should be directed to the FDA Employee Resource and Information Center (ERIC) Helpdesk at 301-827-ERIC (3742) or toll-free 866-807-ERIC (3742); or, by email at ERIC@fda.hhs.gov. Refer to the Call-in menu options and follow the phone prompts to dial the option that corresponds to the service that's needed. All ERIC Service Now Tickets will either be responded to or resolved within 48 hours (2 business days) of being received. When emailing, please be sure to include the contract number, invoice number and date of invoice, as well as your name, phone number, and a detailed description of the issue.
(xiv) Additional Contract Requirements:
(xv) Quotes are due no later than September 12, 2025@ 10am by email to:
Contract Specialist: Michele Jackson
Email: Michele.Jackson@fda.hhs.gov
(xvi) Points of Contact:
Attachments:
AUTOMATED DNA EXTRACTION SYSTEM is a federal acquisition solicitation issued by DEPARTMENT OF HEALTH AND HUMAN SERVICES. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.