1232SA26SS1163960 - Sources Sought Ion S5 Prime Sequencer Maintenance/Testing Agreement - USDA-ARS-SEA Miami FL
Sources Sought from AGRICULTURAL RESEARCH SERVICE • AGRICULTURE, DEPARTMENT OF. Place of performance: FL. Response deadline: Apr 07, 2026. Industry: NAICS 811210 • PSC J066.
Market snapshot
Awarded-market signal for NAICS 811210 (last 12 months), benchmarked to sector 81.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 27 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 811210
Description
This is a Sources Sought notice Only. This is NOT a solicitation for proposals, proposal abstracts, or quotations. This Sources Sought is issued for information and planning purposes only as part of USDA ARS market research and does not itself constitute an RFQ. This requirement is covered under NAICS code 811210. The purpose of this notice is to obtain information regarding the availability and capability of qualified sources; Small Businesses; HUBZone small business; service-disabled, veteran-owned small business; 8(a) small business; veteran-owned small business; woman-owned small business; or small disadvantaged businesses; Responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.
The USDA-ARS Miami ARS-SHRS plant genetics unit has an ION S5 PRIME SEQUENCER, serial number 2773922070534. We need a service agreement for this instrument that would include preventative maintenance. The instrument is a Life Technologies product and a contractor/technician shall be certified to provide Life Technologies reagents and perform preventive maintenance. All replacement parts shall be OEM. Technician must be certified to perform the series of tests to qualify the performance and operation of the instrument. The term of the service agreement will be determined upon any award processed.
The Government does not intend to make an award based on responses to this inquiry. This notice does not constitute a commitment by the Government.
Capability Statement
All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Business concerns that possess the capabilities necessary to undertake this work should submit complete documentation of their capabilities to the Contracting Officer. Capability statements shall include the Contractors contact point to discuss their response.
The capability statement should include:
1) Acknowledgement that they are able to provide the subject supplies/services being requested;
2) Interested vendors should identify their size standards in accordance with the Small Business Administration;
3) At least three previous requirements that are similar to the requirement include a discussion of the Contract type, delivery method, duration, etc.;
4) Any other information considered relevant to this requirement; and
5) The government requests that no proprietary, classified, confidential, or sensitive information should be included in the response.
Any vendor responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine their qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After review of the responses received, a combined synopsis/solicitation may be published on sam.gov depending on the responses received.
All responses to this Sources Sought Notice must be received by the notice’s POC by the deadline in order to be considered. Responses may not be returned. Responders are solely responsible for all expenses associated with responding to this Inquiry. Do not submit pricing information in response to this Request.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.