Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2010 FBO #3065
SOLICITATION NOTICE

B -- The services required are high-throughput whole mate paired genome paired end sequencing (WGS)

Notice Date
4/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area, Area Office, 1815 N. University Street, Peoria, Illinois, 61604, United States
 
ZIP Code
61604
 
Solicitation Number
AG-63VY-S-10-0002
 
Archive Date
4/28/2010
 
Point of Contact
Randall W Kiehne, Phone: 651-649-5047
 
E-Mail Address
randy.kiehne@ars.usda.gov
(randy.kiehne@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
The services required are high-throughput whole mate paired genome paired end sequencing (WGS), through the University of Minnesota Mayo Core Genomics Facility via Illumina WGS using Illumina Genome Analyzer IIx. The Mayo Genomics Core will generate 10 genomic libraries and 20 transcriptome (RNA-sequence) libraries and sequence each library to a depth of at least five million reads for $39,000.00. The University of Minnesota will also provide bioinforrnatics support for analyzing the generated sequences. This sequencing addresses mutant lines derived from an NSF funded project designed to produce 15,000 mutant lines of soybean and the soybean transcript data. It is also related to a collaboration between USDA-ARS Plant Science Research Unit (PSRU) St. Paul, MN and the University of Minnesota Agronomy and Plant Genetics Department to define introgressed regions and deletion mutants in the soybean genome. Previous collaboration between University of Minnesota and the PRSU have defined introgressed regions in the soybean genome for QTLs related to protein and iron chlorosis. The sole source sequencing and bioinformatics described above will build upon previous sequencing done by the PSRU and will allow access to local bioinformatic resources. Interested parties should submit written (mail or email) responses including prices and technical data sufficient to determine capability to meet the entire requirement and must be received in this office within 10 calendar days after publication of this notice. It should be noted that no contract will be awarded on the basis of offers received in response to this notice, but will be used to determine if a comparable source more advantageous to the Government is available. If no affirmative written responses are received, negotiations will be held with Johnson Controls, Inc. without further notice. This acquisition is being conducted under the Federal Acquisition Streamlining Act, Simplified Acquisition Procedures. SOLE SOURCE JUSTIFICATION: Upon the basis of the following justification, I, as Contracting Officer, hereby approve the use of other than full and open competition for the proposed contractual action pursuant to the authority of 10 U.S.C.2304(c)(1), FAR Subpart 6.302-1(a)(2)(iii), Only one responsible source and no other supplies or services will satisfy agency requirements. JUSTIFICATION 1. Agency and Contracting Activity (FAR 6.303-2(a)(1)). USDA, AGRICULTURAL RESEARCH SERVICE, Midwest Area, Procurement & Property Section 2. Nature/Description of Action(s) (FAR 6.303-2(a)(2)). a. This contracting action is to obtain services required are high-throughput whole mate paired genome paired end sequencing (WGS). 3. Description of Supplies/Services (FAR 6.303-2(a)(3)). Vendor is to follow the scope of work detailed above. 4. Identification of Statutory Authority (FAR 6.303-2(a)(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. Demonstration of Contractor's Unique Qualifications (FAR 6.303-2(a)(5)). a. Only one responsible Source and No Other Supplies or Services will satisfy Agency Requirements (FAR 6.302-1(a)(2)) (1) FAR 6.302-1(a)(2) states, "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 or services will satisfy agency requirements, full and open competition need not be provided for." (2) The named vendor is the manufacturer and installer of the chillers and provides seasonal maintenance. 6. Federal Business Opportunities - FedBizOpps.gov (FBO) Announcement/Potential Sources (FAR 6.303-2(a)(6). a. A Federal Business Opportunities (FedBizOpps) synopsis was published in 2008 in an attempt to identify other possible vendors. b. Another vendor attempted the work but was unable to provide the full range of work needed 7. Determination of Fair and Reasonable Cost (FAR 6.303-2(a)(7). Location Engineering Staff did a thorough review of the work elements and a subsequent price analysis determined the price to be fair and reasonable. 8. Description of Market Research (FAR6.303-2 (a)(8). USDA/ARS is constantly surveying the market and from this experience knows that the service is proprietary and only available from the vendor identified. 9. Any Other Supporting Facts (FAR 6.303-2(a)(9)) Due to the nature of the work needed, at this time there is only one source available. 10. Listing of Interested Sources (FAR 6.303-2(a)(10). No other sources are available at this time. 11. Actions Taken to Remove Barriers to Competition (FAR 6.303(a)(11)). Vendor surveys are done from time to time to see if other existing items can meet the research requirements 12. Technical Requirements and Certifications; (FAR 6.303-1(b) and FAR 6.303-2(b) I certify that the facts and representations under my cognizance which are included in this justification and which form a basis for this justification are complete and accurate. CONTRACTING OFFICER CERTIFICATION: (FAR 6.303-1(A), 6.303-2(A)(12) I certify that this justification is accurate and complete to the best of my knowledge and belief. //s// Name: Randall Kiehne Title: Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG-63VY-S-10-0002/listing.html)
 
Place of Performance
Address: USDA - ARS, 411 Borlaug Hall, 1991 Upper Buford Circle, St Paul, Minnesota, 55108, United States
Zip Code: 55108
 
Record
SN02121572-W 20100416/100414234923-e20795dcf8ca8b709536c2be7799d075 (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.