Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2006 FBO #1740
MODIFICATION

99 -- Map of Bovine Transcriptome

Notice Date
4/7/2006
 
Notice Type
Modification
 
NAICS
325414 — Biological Product (except Diagnostic) Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Beltsville Area, P&CS, 10300 Baltimore Ave. Bldg. 003, Rm. 329, BARC-West, Beltsville, MD, 20705
 
ZIP Code
20705
 
Solicitation Number
14-3K47-06
 
Response Due
4/21/2006
 
Point of Contact
Michael Wesley, Contract Specialist, Phone 301/504-6071, Fax 301/504-5009,
 
E-Mail Address
wesleym@ba.ars.usda.gov
 
Description
This is a combined synopsis/solicitation for commercial items is prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 14-3K47-06 and is issued as a request for quotation (RFQ). This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular 05-08. The Government intends to award a sole source contract to Solexa, Inc. Hayward, CA pursuant to FAR Subpart 6.3. Inside delivery is required to FOB destination to the Beltsville Agricultural Research Center, Beltsville, Maryland, 20705-2350, within 18 months of award. This solicitation is unrestricted. Only one responsible source and no other supplies or services have been located that are capable of satisfying agency requirements. BFGL and immediate collaborators located at USDA, Roman L. Hruska Meat Animal Research Center (MARC) in Clay Center NE and The Fort Keough Livestock & Range Research Laboratory in Mile City, MT have a requirement to purchase services to catalog the full repertoires of genes expressed in the Bovine Transcriptome and ultimately seed the creation of the Bovine Gene Atlas. This multi-institute initiative is supported by the USDA CSREES NRI award to grant proposal 2005-05011, which states the following objective “Establish a high-quality bovine Gene Atlas that will have extensive utility for all studies in ruminant physiology, genetics and genomics including genome annotation. The expression data that will create the initial foundation of the gene atlas will be generated using transcript profiles generated from the 100 tissues collected from the “genome sequence” cow and her offspring. The minimum requirements for this service include the capability and knowledge required to perform a custom gene expression service that maps the transcriptome content of cattle by a process that captures, simultaneously, all the cDNA “signatures” in a sample from a complex mixture of cDNA molecules derived from total RNA. This process must deliver a count of all cDNA (from mRNA) in a sample, even those in low/rare abundance or genes that have yet to be discovered. Base quality scores must be provided for all the sequences. Precision and sensitivity of the methodology must be in the dynamic range of quantitative detection from less than one transcript per cell to 100,000 copies per cell. At a minimum, 1,000,000 “signature” sequence tags must be generated from each of the 100 samples of total bovine RNA. An overall total of 100 million signature sequences with a minimum length of 20 bp must be produced from all the different bovine RNA isolates. Because of the rarity of some of the tissues samples, only 5 ug of total RNA will be supplied by the government for some samples. The service must include a partial bioinformatic analyses of the sequence information to help creation of the Bovine Gene Atlas (tag counts and identities). All steps to produce these sequence tags must be assured by the quality control processes. Samples must be tracked from project start to finish on a sample basis. Data must be held in a secure database until accessed by secure FTP. This includes virus protection, e-mail encryption, multiple firewalls, intrusion detection systems, secure VPN technology, fingerprint scanners, and multiple tape storage systems to manage data security. Sequencing of 100 million sequence tags must be concluded within 18 months. All residual materials will be returned to our laboratories. This requirement is exempt from the Service Contract Act. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.212-1 Instructions to Offerors--Commercial Items; 52.212-2 Evaluation--Commercial Items; 52.212-3 Offeror Representations and Certifications--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--Commercial Items; 52.217-5; In paragraph (b) of 52.212-5 the following apply: 52.203-6, 52.219-8, 52.219-14, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-42, 52.222-43, 52.225-1, 52.225-13, and 52.232-34; 52.232-18 Availability of Funds ;COMPLIANCE WITH VETERANS EMPLOYMENT REPORTING REQUIREMENTS (JAN 1999) (DEVIATION)(USDA). (a) The offeror represents that, if it is subject to the reporting requirements of 38 U.S.C. 4212(d) (i.e., the VETS-100 report required by FAR clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of theVietnam Era), it has [ ], has not [ ], submitted the most recent report required by 38 U.S.C. 4212(d). (b) An offeror who checks “has not” may not be awarded a contract until the required report is filed. The following two clauses apply to CCR Database Registration: 52-204-7. CCR Alternate 1 52.232.33 Payment by Electronic Funds Transfer. Please Note: Upon award, the contractor must be registered in the Central Contractor Database System. The contractor’s DUN’S number will be used to verify registration in the Database system. Furthermore, all offerors must include a completed hardcopy of FAR 52.212 3 Certifications and Representations filed electronically online through ORCA and 52.222.38 Compliance with Veterans Employment Reporting Requirements with their response. Quotations shall include information corresponding to the required service which demonstrates the capabilities of the offeror’s ability. All responsible sources may submit a quotation which will be considered by the agency. Responses shall include literature, brochures and other such information in order to determine the ability to meet the above stated capabilities. The following factors shall be used to evaluate offers: (i) price; (ii) technical capability of the item(s) offered to meet the Government requirement; and (iii) past performance. Fax quotations are acceptable provided an original copy is received or hand delivered to the contact address located at beginning of the solicitation and are due by the due date to Michael Wesley on or before April 21, 2006 at 4:30 p.m.(EST). The fax number is (301) 504-5009. AMENDMENT 01: Upon completion of the service, all residual materials shall be returned to the Government. This requirement falls under NAICS Code 325414. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-APR-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 30-AUG-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USDA/ARS/PaCS/14-3K47-06/listing.html)
 
Place of Performance
Address: USDA, ARS Research Geneticist Bovine Functional Genomics Laboratory Bdlg. 200 Rm. 2A, BARC-East Beltsville, MD U.S.A. 20705
Zip Code: 20705-2350
Country: USA
 
Record
SN01130841-F 20060901/060830224820 (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 |
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.