SPECIAL NOTICE
B -- RNA-Seq Picklo Lipid Study
- Notice Date
- 8/31/2017
- Notice Type
- Special Notice
- NAICS
- 541711
— Research and Development in Biotechnology
- Contracting Office
- Agricultural Research Service - Northeast Area
- ZIP Code
- 00000
- Solicitation Number
- AG349BS177654
- Archive Date
- 9/20/2017
- 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
- N/A
- Description
- The USDA, Agricultural Research Service, in Kearneysville, WV intends to negotiate solely with University of Illinois, Roy J. Carver Biotechnology Center under the authority of FAR 6.302-1, for services requiring use of previously produced sample analysis data to provide transcriptomic response data to two different diets using sequencing and analysis in support of the ongoing USDA research for Transcriptomic response of a commercial rainbow trout line to sustainable feeding strategies project. Written substantive statements addressing specific requirement identified under Item three below, capabilities, references and quote sufficient to determine capability to meet the entire requirement must be submitted to the identified point of contact not later than the response date specified in this notice. Entities must be registered at the www.sam.gov to include completion of Online Representations and Certifications. No telephone enquires will be accepted. This is a notice of intent, not a request for quotation, and no contract will be awarded based on substantive statements/ quotes received in response to this notice, but will be used to determine whether to conduct a competitive procurement. A determination by the Government not to compete this proposed requirement based on responses to this notice is solely within the discretion of the Government. Justification for other than full and open competition 1. USDA, Agriculture Research Service, National Center for Cool and Cool Water Aquaculture. 2. This action is to provide services for sample library construction and sequencing yielding at least 300,000,000 reads per lane and 100 bp paired end for each read. 3. Requirement uses previously produced sample analysis data to provide transcriptomic response data to two different diets by using RNA-Seq library preparation, eukaryotic RNA sequencing, and analysis of 48 strand-specific RNAseq library preparations by providing all sequencing services on Illumina HiSeq 2500 platform, 100 base pairs reads, with minimum output of 300 million reads per lane. 4. 10 U.S.C. 2304 (c)(1), FAR Subpart 6.302-1. The services required by the agency are available from only one responsible source and no other type of services will satisfy the Agency requirements. 5. The provider is the only responsible source and no other services will satisfy agency requirement due to the provider having previously produced data and sample analysis from the transcriptomic response of a commercial rainbow trout line to sustainable feeding strategies project. Vendor uses same laboratory analysis procedures to ensure produced data can be used to make valid comparisons with previously produced data and eliminate confounding effects that would adversely affect the current study by introducing data variation attributable to vendor specific analysis procedures that would prevent a valid comparison across data sets. Reference FAR 6.302-1(a)(2)) When the supplies or services required by the agency are available from only one responsible source, or for DOD, NASA, and the Coast Guard, from only one or a limited number of responsible sources, and no other type of supplies/ services will satisfy agency requirements, full and open competition need not be provided for. 6. A Federal Business Opportunities notice is published in an attempt to identify other possible vendors of the required services required to produce the same results. The USDA ARS does not anticipate other qualified sources; however, should any responses be received, they will be evaluated to determine if they can meet future needs of the Government. 7. Anticipated costs are expected to be fair and reasonable to the Government based on established catalog or market prices of commercial services sold in substantial quantities to the general public and when compared to similar services. 8. Market research was conducted appropriate to the circumstances of this requirement with no other sources being identified as capable of satisfying the agency requirements. Services were deemed to be available only from one source. 9. Selected vendor is the only provider of the required services in order to provide continuity of data sets. 10. No other sources have been identified. 11. An announcement of intent is being posted in order to determine if another source is available and more advantageous to the Government. 12. Data and representations included in this justification and which form a basis for this justification are complete and accurate. 13. Technical Information and Representations that are the responsibility of the technical and requirements official and which form the basis for this justification are certified as complete and accurate. I certify that this justification is accurate and complete to the best of my knowledge. /s/ Timothy Smearman Contracting Officer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/849c75b086f460f0af7b37ae1e8d3df2)
- Place of Performance
- Address: 11861 Leetown Road, Kearneysvile, West Virginia, 25430, United States
- Zip Code: 25430
- Zip Code: 25430
- Record
- SN04656557-W 20170902/170831233228-849c75b086f460f0af7b37ae1e8d3df2 (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 |