Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOLICITATION NOTICE

A -- RNAseq and Amplicon Next Generation Sequencing (NGS)

Notice Date
5/25/2023 1:27:22 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541714 — Research and Development in Biotechnology (except Nanobiotechnology)
 
Contracting Office
USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
 
ZIP Code
61604
 
Solicitation Number
12505B23Q0145
 
Response Due
5/29/2023 9:59:00 PM
 
Archive Date
06/13/2023
 
Point of Contact
Aaron Dimeo
 
E-Mail Address
aaron.dimeo@usda.gov
(aaron.dimeo@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT 0001 (Dated 05/25/2023): This amendment (0001) is being issued to add a questions and answers document to the solicitation attachments. See the solicitation attachments for the questions and answers document. All other terms and conditions remain unchanged. 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; quotes are being requested and a written solicitation will not be issued. Solicitation number 12505B23Q0145 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02. The associated NAICS code is 541714 - Research and Development in Biotechnology (except Nanobiotechnology); with a small business size standard of 1,000 Employees and the PSC code is AA13. This solicitation is a 100% Total Small Business Set-Aside. The Department of Agriculture (ARS) has the need for the following service(s): 001) RNAseq and Amplicon Next Generation Sequencing (NGS) Scope of Work: The United States Department of Agriculture, Agricultural Research Services (USDA-ARS) Midwest Area (MWA) Administrative Office�s Acquisitions & Personal Property/Fleet Team on behalf of the USDA-ARS National Center for Agricultural Utilization Research (NCAUR) located at 1815 North University Street, Peoria, IL 61604 is requesting quotes for RNAseq and Amplicon Next Generation Sequencing (NGS). Background: This project is from an awarded grant from the OTT to Duffield (ARS postdoc) to explore microbiome (via 16s and ITS amplicon sequencing) and transcriptomes (via RNAseq) of reared edible insects. We will process 20 crickets for RNAseq, 39 crickets for microbiome (16s and ITS), and 60 mealworms for microbiome (16s only). Technical Requirements: We will be submitting 20 cricket samples for RNAseq, 39 cricket samples for both 16s and ITS amplicon sequencing, and 60 mealworm samples for 16s amplicon sequencing to the contractor. Total preparations = (20 RNAseq crickets + 39 16s cricket + 39 ITS cricket + 60 16s mealworm) = 158. For 20 RNAseq cricket samples, contractor will extract RNA, perform quality control, perform library preparation with PolyA enrichment, perform next generation sequencing and provide FASTQ data files via download from the contractor's server. For 39 cricket samples for 16s and ITS amplicon sequencing, contractor will perform both 16s and ITS library preparation, next generation sequencing, provide FASTQ data files via download from the contractor's server, and provide microbiome analysis. For the 60 mealworm samples for 16s amplicon sequencing, contractor will perform both 16s library preparation, next generation sequencing, provide FASTQ data files via download from the contractor's server, and provide microbiome analysis. RNA extraction (20 samples) Library preparation for respective sequencing (158 preparations) Next generation sequencing (158 samples) Quality control (158 samples) Data delivery (FASTQ files) (158 samples) Microbiome analysis and delivery (138 samples) 1 a) RNA extraction 20 samples RNAseq (of Gryllodes sigillatus) 1 b) Library preparation with PolyA (20 samples) 1 c) Next generation sequencing in the 2x150bp configuration with -350M PE reads (20 samples) 2 a) 16S amplicon library preparation (60 samples of Tenebrio molitor) 2 b) Next generation sequencing in the 2x250bp configuration with ?50,000 reads/sample (60 samples) 2 c) Microbiome data analysis (60 samples) 3 a) 16S amplicon library preparation (39 samples of Gryllodes sigillatus) 3 b) ITS amplicon library preparation (39 samples of Gryllodes sigillatus) 3 c) Next generation sequencing in the 2x250bp configuration with ?50,000 reads/sample (78 samples) 3 d) Microbiome data analysis (78 samples) Government Furnished: Government-furnished support is limited to the preparation of samples as stated. Whole crickets will be shipped for RNAseq. For microbiome, we will extract DNA. Contractor�s Key Personnel: Contractor's personnel will be highly trained and successful in order to perform the library prep, next generation sequencing, and data quality control. Data Rights: We retain the rights to next generation sequencing FASTQ data files which we will obtain from the contractor's server. Section 889 of the National Defense Authorization Act Certification: Offeror will represent that: It will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that It does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. Key Deliverables: RNA extraction of Gryllodes Sigillatus Samples; Qty: 20 RNA Extraction for RNAseq of Gryllodes Sigillatus Samples; Qty: 20 PolyA Library Preparation of Gryllodes Sigillatus Samples; Qty: 20 Next Generation Sequencing in the 2x150bp Configuration with -350M PE Reads of Gryllodes Sigillatus Samples; Qty: 20 Delivery of FASTQ Data Files from Next Generation Sequencing of Gryllodes Sigillatus Samples; Qty: 20 Microbiome Data Analysis of Tenebrio Molitor Samples; Qty: 60 16S Amplicon Library Preparation of Tenebrio Molitor Samples; Qty: 60 Next Generation Sequencing in the 2x250bp Configuration with ~50,000 Reads/Sample of Tenebrio Molitor Samples; Qty: 60 Microbiome Data Analysis of Tenebrio Molitor Samples; Qty: 60 Delivery of Microbiome Data Analysis for Amplicon Metagenomics Sequencing of Tenebrio Molitor Samples; Qty: 60 Microbiome Data Analysis of Gryllodes Sigillatus Samples; Qty: 39 (split in half or 78) 16S Amplicon Library Preparation of Gryllodes Sigillatus Samples; Qty: 39 ITS Amplicon Library Preparation of Gryllodes Sigillatus Samples; Qty: 39 Next Generation Sequencing in the 2x250bp Configuration with ~50,000 Reads/Sample of Gryllodes Sigillatus Samples; Qty: 78 Microbiome Data Analysis of Gryllodes Sigillatus Samples; Qty: 78 Delivery of Microbiome Data Analysis for Amplicon Metagenomics Sequencing of Gryllodes Sigillatus Samples; Qty: 78 Period of Performance: Services to be completed and data delivered within 60 days of award. Evaluation Factors: Pursuant to FAR 52.212-2, the criteria for evaluation and basis for award will be Lowest Price, Technically Acceptable (LPTA). Technical acceptable is define as meeting ALL of the technical requirements identified on the Statement of Work and reiterated in the solicitation description. The Government intends to make one Firm-Fixed Price award based on the lowest price technically acceptable (LPTA) quote received. ""LPTA"" means the best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. The lowest priced quote will be evaluated first; if NOT found technically acceptable, the next lowest priced quote will be evaluated, and so on until a technically acceptable quote is identified. The Government will NOT review higher priced quotes if the lowest (or a lower) priced quote is determined to be technically acceptable. Submitting a Quote: Failure to demonstrate compliance with ALL instructions presented herein will constitute sufficient cause to reject a quote without further discussions. All responsible sources may submit a quote which will be put into considered for award. Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. The applicable FAR clauses and provisions for this acquisition are included in the attachments to this solicitation. The Government anticipates making one Firm-Fixed Price award. Vendors responding to this announcement shall submit their quote�along with all other requested and required documentation (such as completed FAR provisions) to be included as part of ALL offeror�s responses. The quote should include any and all fees, charges, and/or surcharges. This will be a tax-exempt purchase. The solicitation attachments include FAR clauses, a Statement of Work (SOW), Quality Assurance Surveillance Plan (QASP), and FAR provisions. Be sure to read and review ALL of the attachments and to complete any and ALL additional documentation required as part of your quote submission. Of critical importance is to review the SOW as it contains the requirements for this acquisition. In addition, all submissions should include the FAR clauses and provisions completed in their entirety. The FAR clauses and provisions constitute the terms and conditions for submitting a quote in response to this solicitation as well as the terms and conditions of the anticipated award. The FAR provisions apply to the solicitation and submission of quotes. The FAR clauses apply to the solicitation and submission of quotes as well as to the resulting award. The FAR clauses will be included as part of the resulting award. Please review ALL of the FAR clauses and provisions and be certain to complete all of the FAR clauses and provisions that require the offerors impute (i.e. all boxes are checked, blanks are filled in, and tables are completed). Please provide a completed copy of the FAR provisions FAR 52.204-24 (Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment) and FAR 52.212-3 (Offeror Representations and Certifications - Commercial Products and Commercial Services) with your quote. Please ensure your quote will be current and that the price quoted will NOT expire for a minimum of 30 days. To be eligible to be put into consideration for award, ALL vendors who respond to this solicitation must be registered in the System for Award Management (SAM) with a current and active registration at the time their quote is submitted. A vendor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A Unique Entity Identifier (UEI) number is required in order to register. Vendors must also include their UEI# on their quote. Vendors should also include their SAM status as well as the business size and socio-economic status(es) for the applicable NAICS code. Also, be certain all quotes included your full legal name, physical address, individual unit prices for all items quoted, the total quoted price, an estimated time to delivery or completion, the quote submission date, the quote expiration date, and all other relevant information. The submission and payment of invoices on the resulting award will be made through the Invoice Processing Platform (IPP). As such, vendors must be currently registered or register in IPP in order to be able to submit and receive payment on invoices for the resulting award. Questions in regards to this combined synopsis/solicitation must be submitted through email to aaron.dimeo@usda.gov (NO calls with questions will be accepted) and are due by NO later than�Wednesday, May 24, 2023 at 11:59 PM�Central Time (CT). Answers to any questions received by that time will be�posted as an amendment to this combined synopsis/solicitation. No questions will be answered after this date unless determined to be in the best interest of the Government. Only electronic submissions made via email will be accepted (NO verbal quotes made by phone call, quotes submitted by USPS mail, or quotes submitted in the body of an email). Please email all quotes in writing along with completed FAR provisions as well as ALL other requested and required documentation to�aaron.dimeo@usda.gov by NO later than�Monday, May 29, 2023 at 11:59 PM�Central Time (CT). NOTE: Be absolutely certain to reference the RFQ number �12505B23Q0145� and/or title of the solicitation �RNAseq and Amplicon Next Generation Sequencing (NGS)� in the subject, body, and/or attachments on your quote submission email to ensure your submission can be located and attributed to this solicitation. Failure to do so could potentially result in your submission being deemed �unresponsive� and as a result your quote may NOT be put into consideration for award (as your quote may NOT be located when searching the recipients email to ensure all responses to the solicitation have been logged before making an award determination).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2b40a980e1a9492ba3ae1bda8a9d84b0/view)
 
Place of Performance
Address: Peoria, IL 61604, USA
Zip Code: 61604
Country: USA
 
Record
SN06694226-F 20230527/230525230110 (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  © 1994-2020, Loren Data Corp.