SOLICITATION NOTICE
B -- Rainbow Trout Whole Body RNA Sequencing
- Notice Date
- 8/25/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541711
— Research and Development in Biotechnology
- Contracting Office
- Agricultural Research Service - Northeast Area
- ZIP Code
- 00000
- Solicitation Number
- AG349BS177632
- Archive Date
- 9/23/2017
- Point of Contact
- TIMOTHY A SMEARMAN, Phone: 304-725-3451 EXT 341
- E-Mail Address
-
tim.smearman@ars.usda.gov
(tim.smearman@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number AG349BS177632 is being issued as a request for quotation. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. This requirement is a total small business set-aside under NAICS 541711, Size standard is 1000 employees. Contractors are responsible for reading and complying with this entire combined synopsis/solicitation and monitoring website, http://www.fbo.gov for any additional information relating to this requirement. Submission of quotations to include all information requested shall be in accordance with the instructions identified in this document. Small Businesses with the demonstrated capability and financial capacity to provide specified services in accordance with the specified delivery schedule are invited to respond to this request. Contractor shall provide all services, supplies, equipment and facilities necessary to provide the line items specified in accordance with the terms, conditions, and specifications contained in this document. Statement of Work: The USDA ARS NCCCWA requires RNA Library Construction, Quality Control and RNA Sequencing of Government samples utilizing paired-end, 150 base pair sequencing via Illumina HiSeq 4000 or equal. Contractor shall provide all services, supplies, equipment and facilities necessary to provide all sequencing from each of the 160 samples provided by Illumina HiSeq 4000 or equal platform with options for an additional 160 samples in accordance with required performance elements and benchmarks. Schedule of Line Items: Line Item 01 - 160 RNA Samples$______ Optional Line Item 02 - 64 RNA Samples$______ Optional Line Item 03 - 96 RNA Samples $______ Government Samples will be provided on/before date(s) specified in accordance with following: Line Item 01: 32 samples provided on or before September 30, 2017 128 samples provided on or before November 15, 2017 At Government Option, Optional Line Item 02: 64 samples provided on or before January 15, 2018 At Government Option, Optional Line Item 03: 96 samples provided on or before March 15, 2018 Optional Line Items are unfunded and at the Government option based on availability of funding. Required performance elements and benchmarks: 1. Species: Rainbow trout, individual fish samples. 2. Sample type provided: total RNA, >2 microgram per sample, >50 ng/microliter 3. Vendor Library Preparation: Perform quality control of all RNA samples submitted including RNA integrity by Bioanalyzer or equivalent and concentration by Qubit assay or equivalent. Verification of library quality for each of the libraries and resynthesis of any substandard library(s). Information on library preparation and QC procedures must be documented and included in the final project report. 4. Each library sample must correspond to a single RNA sample (poly A selection) and be barcoded such that sequences from individual samples can be uniquely identified. Libraries will be pooled into groups for sequencing. Vendor Sequencing platform and configuration: Illumina HiSeq, 2x150bp configuration, per lane. Sequencing on the Illumnia HiSeq 4000 (or equivalent) platform yielding a minimum of 20,000,000 reads per library. 5. Data output: Paired-end reads with a minimum output of 20,000,000 reads per sequencing library. Barcoding information including barcode sequences corresponding to sample names provided. 6. Data quality must be the Illumnia specification or equal that 75% of the nucleotides are greater than Q30 for 150bp sequencing. 7. Deliverable Data will include all RNA sequencing data, barcoding, and project report and be provided in.fastq format for each of the individual samples via secure portal download OR on external hard drives to USDA-ARS-NCCCWA, 11861 Leetown Road, Kearneysville, WV 25430 within 60 days of receipt of all 160 Government samples under Line Item 01. Optional Line Items Deliverable Data, if exercised by the Government, within 60 days of receipt of each Optional Line Item Government samples. INSTRUCTIONS FOR SUBMISSION OF QUOTATION - Quotations shall be submitted to the attention of: Timothy Smearman, USDA, AFRS, Administration Office, 2217 Wiltshire Road, Kearneysville, WV 25430 / tim.smearman@ars.usda.gov and be received prior to 4:00 P.M. (EST) on September 8, 2017. ** OFFERORS SHALL SUBMIT THE FOLLOWING: (a) Submit documentation to show technical capability to meet or exceed Performance Elements and Benchmarks. (b) Submit Firm Fixed Price Quotation for each of the Schedule Line Items and Total Price. (c) Submit two separate Past Performance References with contact information for two recent contracts (within past year) of contracts similar to the scope of this requirement using Illumina HiSeq or equivalent. To be eligible for an award, contractor must be a Small Business under NAICS Code 541711 and have current and complete registration in the System for Award Management www.sam.gov. Offeror certifies, by submission of quotation, that registration in SAM is current to include Online Representations and Certifications as of submission date of quotation. Pending availability of funding, the basis for any potential award is Lowest Price Technically Acceptable (LPTA). "LPTA" means the expected outcome of the acquisition that, results from selection of the lowest evaluated price (evaluated as total cost of all line items) technically acceptable quotation that fully meets all specifications and having satisfactory past performance. Only the lowest priced quote will be evaluated for technical acceptability. The next lowest offer will only be evaluated if the aforementioned quote is not found technically acceptable (and so on). Only one award will be made under this solicitation based on availability of funding. The following FAR and AGAR provisions and clauses apply to this acquisition and are available in full text at: http://farsite.hill.af.mil/ 52.204-7 System for Award Management; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.211-6 Brand Name or Equal; 52.212-1 Instructions to Offers-Commercial Items; 52.212-2 Evaluation-Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders; 52.217-5 Evaluation of Options; 52.217-7 Option for Increased Quantity Separately Priced Line Item; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-13 Notice of Set-Aside of Orders; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Equal Opportunity for Workers with Disabilities; 52.222-50 Combating Trafficking in Persons; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act; 52.225-4 Buy American -- Free Trade Agreements - Israeli Trade Act Certificate; 52.225-13 Restrictions on Certain Foreign Purchases; 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran; 52.232-18 Availability of Funds; 52.232-19 Availability of Funds for the next Fiscal Year; 52.232-24 Prohibition of Assignment of Claims; 52.232-25 Prompt Payment; 52.232-39 Unenforceability of Unauthorized Obligations; 52.232-33 Payment by Electronic Funds Transfer-System for Award Management; 52.233-1 Disputes; 52.233-3 Protest after Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.242-13 Bankruptcy; 52.242-17 Government Delay of Work; 52.246-1 Contractor Inspection Requirements; 52.247-34 F.o.b. Destination; 52.249-8 Default (Fixed Price Supply and Service); 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form); 52.252-1 Solicitations Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; 452.204-70 Inquiries; 452.219-70 Size Standard and NAICS Code Information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d31ee3299740cfdf424f06397162400a)
- Place of Performance
- Address: 11861 Leetown Road, Kearneysvile, West Virginia, 25430, United States
- Zip Code: 25430
- Zip Code: 25430
- Record
- SN04647437-W 20170827/170825231634-d31ee3299740cfdf424f06397162400a (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 |