3 Real-Time Polymerase Chain Reaction PCR Units
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The USDA Agricultural Research Service (ARS) is soliciting quotations for three (3) Real-Time Polymerase Chain Reaction (PCR) Units with a minimum one-year warranty service. This is an unrestricted requirement, issued as a Request for Quotation (RFQ) under FAR Part 12, with the intent to award a single Firm-Fixed Priced Contract. The units are for the Environmental Integrated Dairy Management Research Unit in Marshfield, WI.
Scope of Work
The requirement is for three plate-based, 96-well, 7-channel multiplexing Real-Time PCR instruments. Key specifications include software for instrument operation and data analysis (supporting absolute quantification, melt curve genotyping, network folder data management, and external standard curve import). The government will provide PCs, so vendors should not supply them. A minimum one-year full warranty (parts and labor), installation, and training are required. The units must be compatible with existing laboratory infrastructure and workflow, and options for service contracts must be provided.
Contract & Timeline
- Contract Type: Firm-Fixed Priced Contract
- Award: One award anticipated
- Set-Aside: Unrestricted
- NAICS: 334516 (Laboratory Equipment And Supplies), Size Standard: 1,000 employees
- Questions Due: April 01, 2026, 3:00 PM Central Time
- Offers Due: April 3, 2026, 5:00 PM ET
- Delivery: Required 90 days after award; early deliveries are accepted
- Period of Performance: April 8, 2026, to April 7, 2027
Evaluation
Award will be made to the offeror representing the best value to the Government, not necessarily the lowest-priced offeror. Evaluation criteria include:
- Technical Approach: Assesses the offeror's ability to meet all requirements and demonstrate a thorough understanding of the Statement of Work (SOW).
- Price: Evaluated for fairness and reasonableness. Offerors must submit pricing for all items.
- Past Performance: Assessed as Acceptable or Neutral using references, CPARS, and Federal sources. Unacceptable past performance will lead to disqualification. No tradeoffs will be conducted.
Submission & Additional Notes
Offerors must submit pricing for all individual line items to be considered responsive. Prices must remain firm for 90 calendar days from the offer receipt date. Questions should be emailed to lynn.hults@usda.gov. Shipping instructions specify delivery to USDA, ARS, EIDMRU, 2615 Yellowstone Dr., Marshfield, WI 54449. Numerous FAR and AGAR clauses are incorporated by reference, including specific requirements for Anti-Discrimination and DEI Compliance, U.S. Origin Products, Manufacturing Practices, and detailed delivery/labeling instructions. Offerors must accurately represent plant locations for production.