Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 15, 2022 SAM #7594
SOLICITATION NOTICE

B -- NovaSeq DNA sequencing

Notice Date
9/13/2022 12:27:20 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
DEPT OF COMMERCE NOAA KANSAS CITY MO 64106 USA
 
ZIP Code
64106
 
Solicitation Number
ABL-22067
 
Response Due
9/15/2022 1:00:00 PM
 
Archive Date
09/30/2022
 
Point of Contact
Heather Mahle, Phone: 9077896021
 
E-Mail Address
heather.mahle@noaa.gov
(heather.mahle@noaa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT 01 - Extend Response period through 9/15/2022 and include a Q&A document to clarify soliciation.� This is a combined synopsis/solicitation for services in which the government intends to acquire in accordance with FAR Part 13, Simplified Acquisitions Procedures. Department of Commerce (DOC), National Oceanic & Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Alaska Fisheries Science Center, Auke Bay Laboratories has requirement for NovaSeq DNA sequencing. Background� Researchers at the Alaska Fisheries Science Center will use DNA sequencing in a variety of ways to better understand and manage fish stocks. DNA sequencing will be used for continuing assessment of genetic population structure of Alaska groundfish such as sablefish, Pacific cod, pollock, and rockfish. This work will require whole genome resequencing, which will be used to genotype single nucleotide polymorphisms (SNPs). SNPs provide information that will be used to understand genetic population structure in commercially managed fish species. Whole genome sequencing can provide millions of SNPs. Our DNA sequencing projects do not require any DNA extractions or library prep (those will be done in-house). Whole genome resequencing will require paired-end sequencing ( paired end sequencing provides necessary sequence data from both directions of the isolated DNA strand), abbreviated PE300.� The sequencing platform (machine) needed is the NovaSeq 6000 platform with an S4 flowcell and PE300 chemistry. This machine is by far the most cost effective for short read sequencing. Other machines from Illumina and competitors such as Ion Torrent are much less efficient. There are many companies who offer Novaseq sequencing.� Tasks� Under this contract, the contractor shall provide 8 lanes of NovaSeq S4 sequencing services with PE300 chemistry and 16 library quality control preparations to the Auke Bay Laboratories located in Juneau, Alaska. For each lane, data will be shared on an FTP site and loaded in zipped .fastq file format on a hard drive and sent to Auke Bay Laboratories. Specific tasks are listed below. Key tasks include the following:� Provide sequencing services 8 lanes of NovaSeq S4 sequencing with PE300 chemistry with yields of 800 gigabases of sequence 16 quality control library preparations including bioanalyzer or similar analysis and appropriate library pooling Deliverables Sequence data (800 gigabases per lane) in the form of .fastq files will be uploaded to an FTP site and loaded on a hard drive that will be shipped to Auke Bay Laboratories. � Requirements� The proposed Contractor must have extensive knowledge of and experience in NovaSeq S4 sequencing of whole genome libraries with PE300 chemistry. Removing Contractors for Misconduct or Security Reasons The Government may, at its sole discretion (in coordination with the Contracting Officer where practical), direct the Contractor to remove any Contractor employee from NOAA facilities for misconduct or security reasons.� Removal does not relieve the Contractor of the responsibility to continue providing the services required under the contract. The Contracting Officer will provide the Contractor with a written explanation to support any request to remove a Contractor. Post-Award Conference The Contractor shall attend a Task Order Kick-off conference with the Contracting Officer, COR, and Project Lead/Officer no later than 10 business days after the date of award.� The purpose of the Task Order conference, which will be chaired by the Contracting Officer, is to set the standards of performance, clarify details, place of performance, building access time, communication channels, anticipated travel (if any), required GOV training, and progress report and invoicing details.� The Task Order Kick off conference will be held via teleconference. Confidentiality and Data Privacy This contract may require that services contractors have access to Privacy Information. Services contractors are responsible for maintaining confidentiality of all subjects and materials and may be required to sign and adhere to a Non-disclosure Agreement (NDA).� Intellectual Property Rights All deliverables are the property of the U.S. Government. All documents, analyses, files (digital or other), reports, notes and photos are to be used only by Contractor personnel assigned to this Task Order. Documents, files and other data are to be stored exclusively on Government owned equipment and at no point should be saved or archived on personal drives or devices. Copies are not to be disseminated to anyone outside of the NMFS or to any other contractor personnel without explicit release from the Government. Government Furnished Resources� The Contractor shall use Government furnished facilities, property, equipment and supplies only for the performance of work under this contract, and shall be responsible for returning all Government furnished facilities, property, and equipment in good working condition, subject to normal wear and tear. The Government will provide to the Contractor the following equipment, supplies, and similar, necessary to conduct these services and anticipates facility and security access as follows: Services Contractor will work primarily: ?� On-Site X� Off-Site Services Contractor requires access to NOAA facilities: ? Required X� Not Required Services Contractor requires a PIV or CAC: ?� Required X Not Required Services Contractor requires a NOAA email address: ?� Required X� Not Required Services Contractor requires use of DOC-Owned IT equipment (laptop or desktop computer) ?� Required X� Not Required Services Contractor requires non-Government IT equipment to connect to a DOC network: ?� Required X� Not Required Services Contractor requires access to non-public DOC/NOAA data: ?� Required X� Not Required Services Contractor will be provided on-site office space with incidental Government Property (desk, chair, phone, and other similar equipment that remains onsite, per FAR 45.000 (5)� ?� Provided X� Not Provided For Services Contractors doing laboratory work, the government will provide typical lab supplies and equipment for use: ?� Provided X� Not Provided For Services Contractors doing field work, the Government will provide typical field equipment, gear, and supplies for use: ?� Provided X� Not Provided Description of other access or equipment requirements not already addressed above: IT Security� The contractor must meet the Department of Commerce IT Security Program Policy and Minimum Implementation Standards (found at https://connection.commerce.gov/collection/it-security-policy-and-fisma-reporting-program). The contractor must also adhere to NOAA and NMFS security policies (found at https://www.csp.noaa.gov/policies/). Operational Hours� The Contract Officer Representative (COR) will be available during Auke Bay Labs normal business hours: 0800-1700 Monday-Friday.� Place of Performance� Work will be conducted at the contractor�s worksite. Overtime, Travel, and Training� Overtime is not anticipated nor authorized at this time. Travel is not anticipated nor authorized at this time.�� Training is not anticipated nor authorized at this time. Period of Performance� The base period will occur from January 1, 2023 to December 31, 2023. Option period 1 will occur from January 1, 2024 to December 31, 2024. Note: An additional $18,000 may be forthcoming for the base year. If so, an additional CD-435 will be generated. �All interested concerns must submit a quotation and documentation demonstrating the qualifications to provide services as described above within fifteen (15) days of the publication date of this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation has been issued. A firm-fixed order is anticipated to be issued in within 24 hours of closing date and time. All responses must be in writing and delivery to fax number (907)789-6004 attention to Heather Mahle, email to heather.mahle@noaa.gov, or provide to address indicated in solicitation. Emailed Correspondence or Response to Solicitation should reference solicitation # ABL-22067, in the Subject line to ensure it is received successfully.� Evaluation and resulting award anticipated to within 48 hours of due date. This is a simplified acquisition with an estimated value of less than $150,000.00. The following provisions and clauses shall apply to this solicitation and resultant award. The provisions and clauses may be downloaded at http://www.acqnet.gov/far *** All contractors doing business with this Acquisition Office must be registered and active in the System for Award Management (SAM).� No Award can be made unless Cotnractor/Vendor is registered and active in SAM.� For additional information visit www.sam.gov.� In order to register with SAM and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at www.dnb.com/eupdate or by phone at (800) 333-0505.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1c81c62ddecc45b384c899766a6a6817/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06462906-F 20220915/220913230128 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.