Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2011 FBO #3402
SOLICITATION NOTICE

A -- FUNCTIONAL GENE ARRAY ANALYSIS

Notice Date
3/17/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
US Environmental Protection Agency109 T.W. Alexander DrDurhamNC27709USA
 
ZIP Code
00000
 
Solicitation Number
SOL-NC-11-00020
 
Response Due
4/1/2011
 
Archive Date
5/1/2011
 
Point of Contact
Jacqueline Sayles
 
E-Mail Address
FUNCTIONAL GENE ARRAY ANALYSIS
(sayles.jacqueline@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
FUNCTIONAL GENE ARRAY ANALYSISSYNOPSIS/SOLICITATION #SOL-NC-11-00020 THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 12.6 "SOLICITATION FOR COMMERCIAL ITEMS", AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is SOL-NC-11-00020. The solicitation is for FULL AND OPEN competition Request for Quotation (RFQ) using FAR Part 13 Simplified Acquisition Procedures and FAR Part 12-Acquisition of Commercial Items. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-41. This procurement will utilize NAICS Code 541711 with a size standard of 500 employees or less. The US Environmental Protection Agency intends to award a contract for Functional Gene Array (FGA) Microarray Analysis for Characterization of Soil DNA Samples in support of the Office of Research and Development, National Health and Environmental Effects Research Laboratory (NHEERL), Western Ecology Division (WED) in Corvallis and Newport, Oregon. WED is a multi-disciplinary, ecological research laboratory that performs state of the art research. The primary objective of this effort will be the characterization of the community composition and functional diversity of the soil microbial populations obtained by EPA and sent to the contractor. It is anticipated the contractor will prepare and process from 80 to 398 genomic DNA samples (supplied by USEPA) for analysis on FGA microarray. The contractor will provide assistance with data analysis, including ordination (PCA-RDA or DCA-CCA) and cluster analysis, diversity indices, and relative abundance of gene groups to get an overall picture of the statistically significant similarities and differences in soil microbial community functions, and based on the results of that data, provide a more in-depth look at certain gene groups either using the above techniques or other methods. Following the completion of individual specified sets of data from e.g., the collaborator production field and natural area samples and samples from designated experimental sets in Oregon, the con tractor shall additionally provide statistical analyses that compare the different specified sets (or subsets) that are to be specifically compared for gene families of interest as determined in prior FGA microarray soil DNA analyses. EVALUATION CRITERIAEvaluation criteria to be included in paragraph (a) of provision # FAR 52.212-2(a) are as follows: TECHNICAL CAPABILITIES CRITERIA:a)Demonstration of Minimum Qualification Requirements: i)Lab management or personnel with at least 1 year experience (1)preparing and applying soil-derived genomic DNA for functional gene array (FGA) data collection and analyses (2)collection and statistical analyses of microarray data (see Statement of Work) in a manner that is specifically designed to minimize the false discovery rate and maximizes the elimination of false negatives.ii)Ability to meet the minimum turn around requirements for the duration of the study (see Statement of Work, Milestones and Deliverables); iii)Ability to perform each analysis with a minimum of five micrograms of DNA sample; b)A list of at least 2 publications in scientific peer-reviewed journals that have used functional soil microarray data provided by them; c)Submission of an electronic version of what the offeror would consider to qualify as a "Quality Assurance Manual" or ?Standard Operating Procedures? used to support the routine quality of its FGA data for soil DNA samples; this document shall be in a Word (.doc) or Portable Document Format (.pdf) format. In lieu of a formal QA manual, the offeror may follow the attached description for their QA system (Respondent Requirements Demonstrating Their Organization?s Quality Assurance and Quality Control System).d)Offerors shall submit a response to the following questions:i)How does your laboratory deal with nucleic acid samples of varying quantity and quality (that are approximately known) when performing microarray analyses?ii)How close do the nucleic acid quantity and quality need to be to the ideal values in order for your instrumentation to work?iii)If DNA samples are found to be of insufficient quantity or quality, what remedial actions can the offeror perform to improve the chance of successful data collection?2)PAST PERFORMANCE a)Submit a list of 3 "customers" who have submitted soil-derived DNA samples for analysis within the past 2 years. Include specific individuals to contact and their contact information, i.e, phone and email address. Past performance will be evaluated as follows: quality of product or service, timeliness of performance ability to adhere to deadlines, and overall customer satisfaction; and 3)PRICE a)Technical capability and past performance when combined are significantly more important than price. Award will be made to the offeror whose offer represents the best value to the Government considering the criteria referenced above. As offers become more equal in their technical merit, the evaluated price becomes more important. A copy of the statement of work, and evaluation criteria are available at the following EPA website: http://www.epa.gov/oam/rtp_cmd. Offerors should review any other information posted with this solicitation at the above EPA website. Arrow down to the CURRENT SOLICITATIONS section and click on the solicitation. The solicitation and any subsequent amendments will be available via the Internet World Wide Web at: http://www.epa.gov/oam/rtp_cmd. Hard copies of diskettes will not be available. It will be your responsibility to frequently check the same site where the notice is posted for any amendments. PERIOD OF PERFORMANCE: The period of performance shall be 12 months from the date of contract award with two option years. The following FAR provisions shall apply to this solicitation: 52-212-1, Instructions to Offerors-Commercial Items, 52.212-2, Evaluation-Commercial Items, 52.223-13, 52.233-2, Service of Protest. All offerors are to include with their offer a completed copy of provisions 52.212-3, Offeror Representations and Certifications-Commercial Items, 52.204-4 Printed or Copied Double-Sided on Recyled Paper, 52.204-7 Central Contractor Registration. The following additional FAR clauses which are cited in Clause 52.212-5 are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995), 52.232-33 Payment by Electronic Funds Transfer, Central Contractor Registration, 52.225-13 Restrictions on Certain Foreign Purchases, 52.233-3 Protest after Award, 52.233-4 Applicable Law for Breach of Contract Claim. ALL FURTHER INFORMATION RELATED TO THIS SOLICITATION WILL BE LOCATED AT THE FOLLOWING EPA WEBSITE: http://www.epa.gov/oam/rtp_cmd. Offerors should review any other information posted with this solicitation at the above EPA website. Arrow down to the CURRENT SOLICITATIONS section and click on the solicitation. All responsible sources may submit a proposal via email to: sayles.jacqueline@epa.gov, Referencing Solicitation # SOL-NC-11-00020. Please submit one copy each for technical and price proposals. Proposals will be due no later than 5:00 p.m. EST, April 01, 2011. No telephonic or faxed requests will be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/CMD/SOL-NC-11-00020/listing.html)
 
Place of Performance
Address: NHEERL - WEDNational Health andEnvironmental Effects Research Lab200 S. W. 35th StreetCorvalisOR97333USA
Zip Code: 97333
 
Record
SN02402997-W 20110319/110317234233-607802b9a7db61ebe5fdbe5686e48195 (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.