SOLICITATION NOTICE
B -- CONSTRUCT A PLASMID DNA LIBRARY INCLUDING SEQUENCING AND ANNOTATION SERVICES
- Notice Date
- 8/21/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038
- ZIP Code
- 19038
- Solicitation Number
- Reference-Number-3-1931-100-12
- Point of Contact
- Lisa Botella, Contract Specialist, Phone 215-233-6551, Fax 215-233-6558,
- E-Mail Address
-
lbotella@naa.ars.usda.gov
- Description
- The USDA, Agricultural Research Service (ARS), intends to negotiate solely with Integrated Genomics in Chicago, Illinois to construct a Plasmid DNA Library for Flavobacterium psychrophilum, perform shotgun sequence of 10,000 reads (greater than or equal to) 400 bp Phred score (greater than or equal to) 20), and functionally annotate the genome by determination of open reading frames and metabolic reconstruction using Bioinformatics in ORF Calling and ERGO analysis tools. The Contractor shall provide NCCCWA with miniprep DNA from each clone sequenced and raw sequence data indexed to clone of origin. The Contractor is required to return the sample upon completion of ths project. All services shall be provided in accordance with the terms, conditions, and specifications contained in this document. NCCCWA has obtained an isolate of Flavobacterium psychrophilum known to be infectious in rainbow trout and responsible for significant losses in production efficiency. Sequencing and annotating the genome of this organism will allow NCCCWA to develop research strategies to combat this pathogen. The NAICS is 541710 with a size standard of 500 employees. This procurement is unrestricted. This announcement and any other documents related to this procurement will be available electronically at the Internet site http://www.fedbizopps.gov. It is the offeror's responsibility to monitor the site for release of amendments (if any) and any other related documents. GENERAL SPECIFICATIONS - The USDA, Agricultural Research Service (ARS), requires the Contractor to provide all labor, equipment, materials, tools, services and supervision to develop, furnish and deliver a Plasmid DNA Library for Flavobacterium psychrophilum and functionally annotate the genome by determination of open reading frames and metabolic reconstruction using Bioinformatics in ORF Calling and ERGO analysis tools. SCHEDULE OF ITEMS - ITEM NO. 01, Furnish and deliver all labor, equipment, materials, tools, services and supervision to construct the required library and perform any ancillary services in accordance with the terms, conditions, and specifications contained in this document. QTY: 10,000 reads, UNIT: EA, UNIT PRICE: $______, AMOUNT: $___. ITEM NO. 02, Perform Shotgun sequence of 10,000 reads (greater than or equal to) 400 bp Phred score (greater than or equal to) 20, UNIT: JOB, UNIT PRICE: $_____, AMOUNT: $________. ITEM No. 03, Functionally annotate the genome by determination of open reading frames and metabolic reconstruction using Bioinformatics in: ITEM 03A, ORF Calling, UNIT: JOB, UNIT PRICE: $_____, AMOUNT: $________. ITEM 03B, ERGO Analysis Tools, UNIT: JOB, UNIT PRICE: $_____, AMOUNT: $________. ALL THIS FOR A TOTAL OF $__________. NOTE: The Contractor shall include the freight cost in the price of the line item in accordance with the F.O.B. Destination clause. SECTION 508 ACCESSIBILITY COMPLIANCE CLAUSE does not apply to this requirement. All software must be "Year 2000" compliant. This requirement includes FAR clause 52.232-18, Availability of Funds and 52.232-19, Availability of Funds for the Next Fiscal Year. PACKING AND SHIPPING - The Contractor shall pack each item for shipment in a new container in such a manner that will ensure acceptance by common carrier and safe delivery at the destination site. Containers and closures shall comply with the Interstate Commerce Regulation, Uniform Freight Classification Rules, or regulation of other carriers as applicable to the mode of transportation. The items to be furnished hereunder shall be labeled with the purchase order number and delivered, all transportation charges paid by the Contractor in accordance with the F.O.B. Destination clause. DELIVERABLES - The Contractor shall construct the library, perform sequencing and provide documentation and return the ARS-owned genomic Flavobacterium psychrophilum DNA sample to the USDA, ARS, NAA, NCCCWA, 11876 Leetown Road, Kearneysville, WV 25430, within sixty (60) days after the notice of award. Delivery shall be between the hours of 8:00 a.m. to 4:30 p.m., Monday through Friday, excl. Federal holidays. GOVERNMENT RESPONSIBILITY - The Government (NCCCWA) shall provide the Contractor with a minimum of 250 micrograms of genomic for Flavobacterium psychrophilum DNA within two (2) weeks after contract award. The NCCCWA will coordinate the shipment of the DNA with the Contractor at least one (1) week in advance. The Contracting Officer shall designate the Contracting Officer's Technical Representative (COTR) at the time of contract award. All documentation shall include the P.O. number. Final payment shall not be made unless and until the final report is received and accepted by the COTR. WARRANTY - The Contractor shall provide a standard commercial warranty for this type of service. The period of the warranty shall begin upon acceptance by the Government. The Contractor shall provide a copy of the warranty statement with their offer. ADDITIONAL QUOTATION INFORMATION: This solicitation and any other documents related to this procurement will be available electronically at the Internet site http://www.eps.gov. Potential offerors will be responsible for downloading their own copy of the solicitation, any related documents, and amendments (if any). OFFEROR'S SUBMISSIONS RECEIVED BY E-MAIL OR FAX ARE NOT ACCEPTABLE AND WILL BE CONSIDERED NONRESPONSIVE. Companies with the demonstrated capability and financial capacity to provide these services must submit a written substantive statement outlining the Company's services and capabilities to the Contracting Officer within five (5) days of publication of this notice. This is not a request for proposal. No solicitation is available.
- Place of Performance
- Address: USDA, ARS, NAA, NCCCWA, 11876 Leetown Road, Kearneysville, WV
- Zip Code: 25430
- Country: USA
- Zip Code: 25430
- Record
- SN00408520-W 20030823/030821213348 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |