Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2023 SAM #7858
SPECIAL NOTICE

A -- Laboratory Methodologies to Test Emerging Contaminants, Combat Invasive Species and Develop Novel Biotechnologies to Improve Fidelity of Environmental Datasets and Related Tools

Notice Date
6/1/2023 4:30:59 PM
 
Notice Type
Special Notice
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
US ARMY ENGINEER DISTRICT SAVANNAH SAVANNAH GA 31401-3604 USA
 
ZIP Code
31401-3604
 
Solicitation Number
W912HZ23P0777
 
Response Due
6/5/2023 8:30:00 AM
 
Archive Date
06/20/2023
 
Point of Contact
Crystal E. North, Phone: 9126525183, Sonia Boyd, Phone: 601-751-0822
 
E-Mail Address
crystal.e.north@usace.army.mil, sonia.j.boyd@usace.army.mil
(crystal.e.north@usace.army.mil, sonia.j.boyd@usace.army.mil)
 
Description
The US Army Corps of Engineers, Engineer Research and Development Center (ERDC) intends to negotiate on a sole source basis, IAW FAR 6.302-1(a)(2) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, with Bennett Aerospace, Inc., 1 Glenwood Ave, Raleigh, North Carolina 27603-2578, a contract for Laboratory Methodologies to Test Emerging Contaminants, Combat Invasive Species and Develop Novel Biotechnologies to Improve Fidelity of Environmental Datasets and Related Tools. The U.S. Army Engineer Research and Development Center (ERDC) Environmental Laboratory (EL) has a requirement for the type of research required to meet the needs of the US Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Environmental Processes Branch (EP-P), Environmental Genomics and Systems Biology Team (EGSB) utilizes in execution of its mission. Specific tasks for this procurement include: Task 1.1 � Laboratory Methodologies to Test Emerging Contaminants Overview The contractor shall provide research efforts to determine toxicity of emerging contaminants of concern in model species.� Specific efforts include conducting toxicological exposures of test subjects to environmentally relevant concentrations of chemicals, mixture of chemicals, or water samples from contaminated sites. Data from such research shall then be used to determine hazard and/or risk of these contaminants with a focus on how molecular level impacts are linked to the individual or population.� ��Phenotypic observations are made on individual test subjects and related to genotypic changes.� The use of the following techniques are critical in performing the specified research:� �collection of samples from test subjects such as plants, animals, or environmental matrices (e.g. water); nucleic acid isolation and purification; fish husbandry; and basic laboratory maintenance such as cleaning and stocking supplies.� Task 1.2 � Laboratory Methodologies to Combat Invasive Species Overview The contractor shall apply molecular biology, biochemical, genetics and genomics techniques to develop counter-measures against invasive plant species.� Essential techniques needed for this� type of research incudes nucleic acid isolation from plants, bacteria and/or viruses; work with recombinant DNA/RNA and proteins/peptides (e.g., chemically or biologically synthesized); and incorporate standard molecular biology techniques where needed to support other laboratory methods.� Proficiency in tissue collection and preservation, nucleic acid and/or protein isolation with high integrity, and experience in PCR, qPCR, and RT-qPCR are critical. Task 1.3 � Laboratory Methodologies to Develop Novel Biotechnologies to Improve Fidelity of Environmental Datasets and Related Tools Overview The contractor shall perform laboratory work including experimental sampling, sample processing, gene expression measurement, phenotypic trait determination, and analyzing collected data to facilitate development of novel biotechnologies and improve fidelity of environmental datasets and related tools. This work requires hands-on manipulation of experimental systems with various experimental organisms including animals, plants and microbes.�� Specific characteristics of the service contract that limit the availability to a sole source is the use of previously developed methodology and algorithms under contracts W912HZ22F0116 and W912HZ23F0042. The developed methods and algorithms are proprietary under the previous listed contracts and the new follow-on tasks rely on this data for project continuity. This acquisition is being conducted under FAR 6.302-1(a)(2). There are no set-aside restrictions for this requirement.� The intended procurement will be classified under North American Industry Classification System (NAICS) 541715 Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) with a Small Business Size Standard of 1,000 employees. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement.� However, parties interested in responding to this notice shall submit technical data, including price, sufficient to determine capability in providing the same or similar items.� All capability statements received by the closing date of the publication of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability statements shall be submitted only by e-mail as a Microsoft Office Word, Microsoft Office Excel, or Adobe PDF attachment to crystal.e.north@usace.army.mil. Statements are due by 1130 (11:30am) Eastern Time 05 June 2023.� No phone calls will be accepted.� Point of Contact Crystal North, Contract Specialist, Email crystal.e.north@usace.army.mil Place of Performance Address:������ 3909 Halls Ferry Road �������������� ������Vicksburg, MS Postal Code: 39180 Country:������� UNITED STATES
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/90d39c1725764c619a7b0e9ba68ec92b/view)
 
Place of Performance
Address: Vicksburg, MS 39180, USA
Zip Code: 39180
Country: USA
 
Record
SN06700690-F 20230603/230601230109 (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.