SOLICITATION NOTICE
B -- Optimization and implementation of microsatellite primers for paternity in California sea lions for the NMML Molecular Ecology Research Laboratory - Standard Form 18
- Notice Date
- 6/18/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
- ZIP Code
- 20910
- Solicitation Number
- WAD-10-0585
- Archive Date
- 6/25/2010
- Point of Contact
- Bill Pickert, Phone: 206-526-4549
- E-Mail Address
-
bill.pickert@noaa.gov
(bill.pickert@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Standard Form 18 to be submitted with offer COMBINED SYNOPSIS/SOLICITATION Optimization and implementation of microsatellite primers for paternity in California sea lions for the NMML Molecular Ecology Research Laboratory. (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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39. (IV) The associated NAICS code is 541990 for this solicitation. The small business size standard is $7.0 million. (V) This combined solicitation/synopsis is for procurement of the following services: Line Item 0001: OPTIMIZATION AND IMPLEMENTATION OF MICROSATELLITE PRIMERS FOR PATERNITY IN CALIFORNIA SEA LIONS (VI) Description of requirements is as follows: Job Description: Screen and optimize microsatellite primers for use in a paternity study on California sea lions (CSA). Extract DNA from CSA pup samples as well as from blood and tissues taken from northern fur seals during the 2009/2010 field seasons. Implement the use of these primers on the first two years of samples. After extraction archive the remaining tissues along with other tissues and blood collected during the 2009/2010 field seasons. Due to the value and sensitivity of the samples and the difficulty of comparing microsatellite data across platforms this work has to be performed onsite at the National Marine Mammal Laboratory. The contractor must meet the DOC IT Security Program Policy & Minimum Implementation Standards (as described in http://www.osec.doc.gov/cio/ITSIT/DOC-IT-Security-Program-Policy.htm) Tasks/Deliverables: 1) Screen and optimize 9 primers found to amplify and be variable in California sea lions (CSL) 2) Screen and optimize 8 primers found to amplify in other pinniped species 3) Extract DNA from CSL pups collected summer of 2010 (N = 350), and from blood and tissue samples collected from northern fur seals during the 2009/2010 field seasons (N = 600) 4) Archive remaining tissues and blood post extraction as well as samples collected during the 2009/2010 field season that do not yet need to be used 5) Run the optimized microsatellite panels on the CSL pups from 2010 and the adult males from 2009 Technical Evaluation Standards: 1) Extensive experience in the use of the Li-cor models 4200 and 4300 in both genotyping and sequencing modes. 2) Extensive experience in the use of the Li-cor Biosciences SAGA v3.3 Software both for setting up and running gels and for scoring genotyping results. 3) Proficient in the use of the following software Colony, Genepop, and Arlequin. 4) Proficient in the use of the database software Freezerworks v5.2. Including importing sample information (including importing multiple alloquoits) and label preparation and printing. 5) Proficient in the performance of PCRs on MJ thermocyclers using M13 tags and labeled primers. 6) Proficient extracting DNA from both tissue and blood samples using Qiagen DNeasy kits. 7) Extensive experience optimizing microsatellite primers for use in parentage analysis with primers both designed for the target species and those originally designed for species other than the target species. 8) Extensive experience with all aspects of the Microsoft Office suite including Excel, Word, Power Point and Access. Period of Performance: July 1, 2010 - June 30, 2011 (VII) Required delivery June 30, 2011. Place of Delivery is 7600 Sand Point Way NE, Seattle, WA 98115. Delivery shall be FOB Destination; quote shall include shipping charges, if applicable. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. In addition to written price quotes, offerors are instructed to complete and return the attached Standard Form 18. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows, listed in order of importance: 1) Technical Capability: Must be capable of performing all tasks specified in the statement of work in (VI) above. 2) Price: Quote must state price in U.S. Dollars. 3) Delivery: Quote must include delivery schedule 4) Warranty: Quote must state warranty, if applicable. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government on an all or none basis. Offers must contain adequate information about the evaluation factors to demonstrate that the vendor is responsive. This will be a firm fixed-price purchase order, with payment terms of Net 30. (X) The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2010) applies to this acquisition. The following clauses under subparagraph (b) apply: (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998). (31)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009). (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/index.html (End of provision) 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/index.html (End of clause) The following additional terms and conditions apply: 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) 52.211-6 Brand Name or Equal (Aug 1999) Department of Commerce Clauses: 1352.215-72 Inquiries (APR 2010) Offerors must submit all questions concerning this solicitation in writing to bill.pickert@noaa.gov. Questions should be received no later than 1:00 P.M. PDT, June 22, 2010. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 5:00 P.M. PDT on June 24, 2010. All quotes must be faxed or emailed to the attention of Bill Pickert. The fax number is (206) 527-1710 and email address is bill.pickert@noaa.gov. Submission of proposals and quotes by email is preferred. (XVI) Any questions regarding this solicitation should be directed to Bill Pickert, Purchasing Agent, 206-526-4549, bill.pickert@noaa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/WAD-10-0585/listing.html)
- Place of Performance
- Address: 7600 Sand Point Way NE, Seattle, Washington, 98115, United States
- Zip Code: 98115
- Zip Code: 98115
- Record
- SN02182163-W 20100620/100618234855-47a23e42522733aed5652979cee25e01 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |