Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2003 FBO #0640
SOLICITATION NOTICE

B -- BI-DIRECTIONAL SEQUENCING PROJECT

Notice Date
8/29/2003
 
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
RFQ25-3615-03
 
Response Due
9/8/2003
 
Point of Contact
Lisa Botella, Contract Specialist, Phone 215-233-6551, Fax 215-233-6558,
 
E-Mail Address
lbotella@naa.ars.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The USDA, Agricultural Research Service requires a Contractor to provide the required services to perform Bi-directional Sequencing on rainbow trout cDNA Libraries to produce 10,000 expressed sequence tags from NCCCWA normalized libraries. The Contractor shall furnish and deliver all material to the USDA, ARS, NCCCWA in Kearneysville, West Virginia in accordance with the terms, conditions, and specifications contained in this document. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulations, FAC 2001-15, as supplemented with additional information included in this announcement. Quotations are being requested and a written solicitation will not be issued. The Solicitation Number 25-3615-03 is issued as a Request For Quotation (RFQ). The NAICS is 541710 with a size standard of 500 employees. This procurement is 100 percent set-aside for a small business. 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. SCHEDULE OF ITEMS - The Contractor shall provide the following: ITEM NO. 01, Furnish and Deliver all services to bi-directionally sequence 10,000 clones from normalized rainbow trout cDNA libraries in accordance with the terms, conditions, and specifications contained in this document; QUANTITY: 1, UNIT = JOB, UNIT PRICE: $______ and AMOUNT: $_______. OPTION - ITEM NO. 02, Furnish and Deliver all services to provide bi-directional sequencing of 5,000 additional clones from NCCCWA Libraries provided in accordance with the terms, conditions, and specifications contained in this document; QUANTITY: 1, UNIT = JOB, UNIT PRICE: $______ and AMOUNT: $_______. (The Government may multiply the Unit Price by the total number of additional sequences needed, i.e. if we need 50,000 more sequences, the Unit Price will be multiplied by 10 to get the total Amount.) Furthermore, Option Line Item 02's quantity may be increased in accordance with FAR Clause 52.217.7 within 60 days prior to the expiration of the contract performance period. GENERAL SPECIFICATIONS - The USDA, ARS, National Center for Cool and Cold Water Aquaculture (NCCCWA) and its collaborators have constructed several normalized cDNA libraries that are ready to be sequenced. TECHNICAL SPECIFICATIONS - The project involves 5' and 3' sequencing of a total of 9,792 clones from five different cDNA libraries (see below). Some of the libraries (04RT, 05RT, 07RT) will need to plated and picked into 96-well plate format, others will be provided in that format. Sequencing the normalized cDNA library will make a significant contribution to the amount of rainbow trout sequence information that is publicly available. Upon receipt of the clones from the Government-owned normalized cDNA library, NCCCWA requires the Contractor to sequence enough clones to obtain 10,000 rainbow trout ESTs. After analysis of data from the first 10,000 clones (Item 01), additional sequencing in increments of 5,000 clones (Option Item 02) clones may be ordered. The Contractor shall adhere to the Rights in Data-Special Works clause 52.227-17. The COR will advise the Contractor and the Contracting Officer if changes are required to the order. REPORTING REQUIREMENTS - 1) PROCEDURE METHOD STATEMENT: The Contractor shall provide a detailed statement on the protocols used for DNA isolation and sequencing; 2) CATALOG REPORT: The Contractor shall provide a detailed (final) report beginning thirty (30) days after receipt of each library. The report shall include, at a minimum, the following: 1. Number of clones that have been sequenced. 2. Number of ESTs produced. 3. Detailing the average read length for each sequence. 4. Success rate. 5. Percentage of sequences that failed. 6. Balance of clones remaining. 7. Identify problems encountered. GOVERNMENT RESPONSIBILITIES - The Government shall provide a Government-owned Normalized cDNA Rainbow Trout Library to the Contractor. The Library will be shipped to the Contractor by overnight mail on dry ice as frozen stocks of individual clones arrayed in 384-well plates. The Contractor will receive the library within 30 days after receipt of the purchase order. The number of clones in the library provided to the Contractor shall not exceed 9,792. The sequence data received from the Contractor will be analyzed at the USDA/ARS. The Government shall retain sole ownership of the data. The Government will make all EST sequence information available publically by submission to the Genbank dbEST database after analysis is completed but not later than twelve (12) months from the date of award. The Government shall notify the Contractor after the data has been made available to the public. DESIGNATION OF CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE - The Contracting Officer shall designate the Contracting Officer's Technical Representative (COTR) at the time of contract award. The COTR is responsible for administering the performance of work under this purchase order. In no event, however, will any understanding, agreement, modification, change order, or other matter deviating from the terms of this purchase order be effective or binding upon the Government unless formalized by proper contractual documents executed by the Contracting Officer prior to completion of the purchase order. The Contracting Officer should be informed as soon as possible of any actions or inactions by the Contractor or the Government which will change the required delivery or completion times stated in the purchase order so that the contract may be modified accordingly. (This does not apply to individual task assignments which were issued by the COTR; provided they do not affect the delivery schedule or performance period stated in the purchase order.) On all matters that pertain to the purchase order terms, the Contractor must communicate with the Contracting Officer. Whenever, in the opinion of the Contractor, the COTR requests efforts outside the scope of the purchase order, the Contractor should so advise the COTR. If the COTR persists and there still exists a disagreement as to proper contractual coverage, the Contractor should notify the Contracting Officer immediately, preferably in writing if time permits. Proceeding with work without the proper contractual coverage could result in nonpayment or necessitate submittal of a purchase order claim. DELIVERABLES - The Contractor shall provide the number of clones required to perform the work identified in the purchase order to the COR within two weeks of receipt of the purchase order. The Contractor shall provide the sequence data in the form of chromatogram files and FASTA sequence files named in the following format: LibraryName_PlateID_WellPosition_PrimerName.ab1. Example: 07RT_001_A01_5.ab1 would be from the 07RT library, plate 1, well position A01, 5? sequence. The name of each chromatogram file is to reflect the clone that was sequenced. The files are to be placed on RW CDs formatted for Windows 98. The Contractor shall provide a Catalog Report to accompany each disc. The reports shall begin monthly upon receipt of the samples and continue through the entire period of this project. The Contractor shall return the library as it is sequenced. The Contractor shall provide the above requirements, delivered (F.O.B. Destination), to the address below, within thirty (30) days after the receipt of each library from the Government. Delivery shall be between the hours of 8:00 a.m. to 4:30 p.m., Monday through Friday, excl. Federal holidays to the address below. Acceptance shall be made at destination. DELIVERY LOCATION: USDA, ARS, NAA, National Center for Cool and Cold Water Aquaculture (NCCCWA), 11876 Leetown Road, Kearneysville, WV 25430. The date and time shall be coordinated by the Contractor with the COTR at least one (1) week prior to delivery shall be between the hours of 8:00 a.m. to 3:30 p.m., Monday through Friday, excl. Federal holidays and must include the P.O. number. PACKING AND SHIPPING - The Contractor shall be responsible for shipping the sequenced clones as frozen glycerol stocks arrayed in 96-well plates by overnight mail to the address below. 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. WARRANTY - The Contractor shall provide standard Warranty of Services and provide a copy of the warranty with their offer. The period of the warranty shall begin upon acceptance by the Government. 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. IT IS THE OFFEROR'S RESPONSIBILITY TO MONITOR THE SITE FOR RELEASE OF AMENDMENTS (IF ANY) AND ANY OTHER RELATED DOCUMENTS. FAILURE TO SUBMIT THE REQUESTED AND REQUIRED INFORMATION MAY RENDER THE OFFER NON-RESPONSIVE. The provision at 52-212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. ADDENDA TO FAR CLAUSE 52.212-1 - Addenda to FAR Clause 52.212-1 - 1) Item (b) Submission of Offers is amended to include the following: Submit your quotation, Procedure Method Statement, acknowledgment of amendments (if any), past performance information, and the Certifications at FAR 52.212-3 to USDA, ARS, North Atlantic Area, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. 1. Item (b), Submission of Offers is amended to include the following: Submit A signed and dated offer on company letterhead which includes: Solicitation Number, Description of item, quantity; unit price, extended price, total, price list, acknowledgment of amendments (if any), descriptive literature, warranty information, service contracts and the Certifications at FAR 52.212-3 to Lisa M. Botella, USDA, ARS, North Atlantic Area, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. 2. Item (c), Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. FAR 52.212-2, EVALUATION - COMMERCIAL ITEMS, applies to this acquisition. The provision at 52.212-2, EVALUATION - COMMERCIAL ITEMS, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous (Best Value) to the Government, price and other factors considered. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. The following evaluation criteria are included in paragraph (a) of that provision: Technical Capability, Past Performance, and Price. Past Performance shall be scored on a "Pass/Fail" basis. 1) TECHNICAL CAPABILITY OF THE FIRM. Technical capability will be based on product literature, and technical features. Each offeror is required to furnish a written statement on the Procedure Methods that will be used, descriptive literature, or other documentation, and show how the offered services and product meets or exceeds the requirements as specified in the Specifications. Include a written statement which describes the following to show technical capability: A) Detailed statement on the protocols used for DNA isolation and sequencing; B) Employment of most recent contemporary technology for DNA sequencing; and c) The success rate and PHRED score. 2) PAST PERFORMANCE. Past performance history may be based on the Contracting Officer's knowledge of any previous history of this type of work, customer surveys or any other verifiable information available to the Contracting Officer. The offeror's lack of performance history will not result in disqualification, but will result in a neutral past performance rating. A neutral score could be considered less favorable than a favorable past performance score. In order to be considered for a contract award, Contractors shall provide a list of three (3) contracts of a similar nature and complexity that the were awarded within the past three (3) years or that is/are currently in force. This information must be submitted with your offer. For each contract, list the following: 1. Name, address, and telephone number of the contracting organization, the Government's Project Officer and Contracting Officer. 2. Contract number, type, and dollar value. 3. Date of contract and period of performance. 4. List any contract(s) terminated for convenience or default (partial or complete) within the past three (3) years. Include the contract number, name, address, and telephone number of the terminating officer. 3) PRICE. Price includes all services, labor, supplies, materials, discount terms, and transportation costs. The Contractor is required to provide the following information: 1. For catalog items, a copy of or identification of the catalog and its date, or the appropriate pages for the offered items. Provide a copy or describe current discount policies and price lists (published or unpublished), e.g., wholesale, original equipment manufacturer, or reseller. Also, explain the basis of each offered price and its relationship to the established catalog price, including how the proposed price relates to the price of recent sales in quantities similar to the proposed quantities. 2. For market-priced items, the source and date or period of the market quotation or other basis for market price, the base amount, and applicable discounts. In addition, describe the nature of the market. 3. The offeror grants the Contracting Officer or an authorized representative that right to examine, at any time before award, books, records, documents, or other directly pertinent records to verify the reasonableness of price. For items priced using catalog or market prices, or law or regulation, access does not extend to cost or profit information or other data relevant solely to the offeror's determination of the prices to be offered in the catalog or marketplace. PREPARATION OF OFFER - The Contractor is required to provide all the information requested in this announcement. As stated in FAR Clause 52.212-1 and as amended, the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offer's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussion if later determined by the Contracting Officer to be necessary. Offeror's shall include a complete copy of the provision at FAR 52.212-3, offeror/Representation and Certifications-Commercial Items. An authorized representative of the Contractor must sign these representations and certifications. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. ADDENDA TO FAR Clause 52.212-4 is revised to include the following clauses by reference: 1. Item a: AGAR 452.246-70, Inspection and Acceptance shall be made at: i) Delivery Location. 2. Item (g), Invoice - An original invoice shall be submitted to the Contracting Officer after acceptance of the each library's report. A. To constitute a proper invoice, the invoice must include at a minimum the following information: 1. Name of business concern and invoice date; 2.Vendor Identification Number; 3. Vendor Express Number; 4. Contract number; 5. Description, price, and quantity of property and/or services actually rendered or delivered; 6. Shipping and payment terms; 7. Name, title, phone number, and complete mailing address of responsible official to whom payment is to be sent. The Invoice shall be mailed to: USDA, ARS, North Atlantic Area, Eastern Regional Research Center, 600 East Mermaid Lane, Wyndmoor, PA 19038, Attn: Lisa M. Botella. The successful Contractor will be required, within 30 days after award, to establish an Electronic Funds Transfer (EFT) Account Number with the USDA National Finance Center to receive payment. 3. Item (o), Warranty as amended above. 4. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of these clauses, incorporated by reference, may be accessed electronically at this address: http://www.arnet.gov/far/ and AGAR Provisions and Clauses can be located at http://www.usda.gov/procurement/policy/agar.html 52.204-4, PRINTING/COPYING DOUBLE SIDED ON RECYCLED PAPER; 52.211-5, MATERIAL REQUIREMENTS; 52.214-21, DESCRIPTIVE LITERATURE; 52.214-34, SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE; 52.214-35, SUBMISSION OF OFFERS IN US CURRENCY; 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE; 52.219-8, UTILIZATION OF SMALL BUSINESS CONCERNS; 52.219-14, LIMITATIONS ON SUBCONTRACTS; 52.227-17, RIGHTS IN DATA-SPECIAL WORKS; 52.225-8, DUTY FREE ENTRY; 52.228-5, INSURANCE-WORK ON A GOVERNMENT INSTALLATION; 52.232-19, AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR; 52.242-17, GOVERNMENT DELAY OF WORK; 52.246-20, WARRANTY OF SERVICES; 52.247-34, F.O.B. DESTINATION; 452.204-70, INQUIRIES. FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS, applies to this acquisition. The following FAR clauses cited in 52.212-5 are applicable to this acquisition for supplies: 52.203-6, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (ALT. 1); 52.222-21, PROHIBITION OF SEGREGATED FACILITIES; 52.222-26, EQUAL OPPORTUNITY; 52.222-35, AFFIRMATIVE ACTION FOR DISABLED VETERANS AND VIETNAM ERA VETERANS; 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; 52.222-37, EMPLOYMENT REPORTS ON DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA; 52.225-13, RESTRICTION ON CERTAIN FOREIGN PURCHASES; 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION - CALL USDA, NFC AT (504) 255-4647 TO REGISTER; 52-232-36, PAYMENT BY THIRD PARTY; AND 52.247-64, PREFERENCE FOR PRIVATELY OWNED U.S.-FLAG COMMERCIAL VESSELS. ALL QUESTIONS MUST BE PLACED IN WRITING AND MAY BE SENT BY FAX. HOWEVER, YOUR OFFER MUST BE SENT BY MAIL. WE WILL NOT ACCEPT YOUR QUESTIONS BY E-MAIL (DUE TO THE CURRENT AND CONTINUOUS VIRUS SITUATION) OR YOUR OFFER BY FAX OR E-MAIL. Offers are due by September 8, 2003 by 4:00 p.m. local time, at the USDA, Agricultural Research Service, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. The POC for this project is Lisa Botella (215) 233-6551.
 
Place of Performance
Address: USDA, ARS, NAA, National Center for Cool and Cold Water Aquaculture (NCCCWA), 11876 Leetown Road, Kearneysville, WV
Zip Code: 25430
Country: USA
 
Record
SN00415895-W 20030831/030829213340 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.