Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2014 FBO #4628
SOLICITATION NOTICE

B -- Single Nucleotide Polymorphism Genotyping

Notice Date
7/25/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
Agricultural Research Service - Eastern Business Service Center
 
ZIP Code
00000
 
Solicitation Number
AG-32SC-S-14-0073
 
Archive Date
8/16/2014
 
Point of Contact
Jeffrey C. Neill, Phone: 9792609491
 
E-Mail Address
jeffrey.neill@ars.usda.gov
(jeffrey.neill@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
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 AG-32SC-S-14-0073 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 541711 (Research and Development in Biotechnology), with a small business size standard of 500. This acquisition is for the following item as identified in the Contract Line Item Number (CLIN): 0001) Single nucleotide polymorphism genotyping of rainbow trout DNA samples Unit Price: tiny_mce_marker_______ Quantity: 5,376 Total Price tiny_mce_marker_______ 0002) OPTION-Single nucleotide polymorphism genotyping of rainbow trout DNA samples Unit Price: tiny_mce_marker_______ Quantity: 5,376 Total Price tiny_mce_marker_______ Technical Specifications: STATEMENT OF WORK - The USDA NCCCWA requires single nucleotide polymorphism genotyping of 5,376 rainbow trout DNA samples with an option for an additional 5,376 using Axiom myDesign TG arrays for single nucleotide polymorphism (SNP) genotyping in rainbow trout in the 384-well format (O_my_50K) on the GeneTitan Instrument and or equal. Barcodes or barcoded plates are required for the Government provided DNA samples. Deliverable will include the genotyping data for all the samples and the raw data files in.cel format (CEL files). All data must be provided on external hard drives. Contractor shall provide all services, supplies, equipment and facilities necessary to provide the deliverable specified in accordance with the terms, conditions, and specifications contained in the solicitation. The following performance elements and benchmarks are required: 1. Amount of DNA per sample required is 200 ng of total rainbow trout genome DNA; 2. Minimum sample pass rate of 95%; 3. Minimum average SNP call rate of passing samples must be a minimum of 99%; 4. Minimum of 95% of SNPs must have SNP call rates greater than or equal to 97% over the passing samples; 5. Vendor must have a fully integrated LIMS (Laboratory Information Management System) for sample tracking to ensure that there are no errors in matching the genotypes to the samples. Vendor must provide barcodes or barcoded plates for the DNA samples; 6. Vendor must have in place a series of quality control (QC) steps during the SNP genotype processing. 7. Completion and return of required data is required within 30 days of DNA samples receipt. DELIVERABLE SHIPMENT AND DOCUMENTATION - Shipment shall be FOB Destination to USDA-NCCCWA 11861 Leetown Road Kearneysville, WV 25430. Deliverable will include the genotyping data for all the samples and the raw data files in.cel format (CEL files). All data must be provided in external hard drives to the USDA-NCCCWA, 11861 Leetown Road, Kearneysville, WV 25430. The order number shall be included on all documentation and shipment. The Government anticipates award of a Firm Fixed Price contract. Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping). The basis for award is Lowest Price Technically Acceptable (LPTA). "LPTA" means the expected outcome of the acquisition that, results from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, and (2) Price (to include shipping). Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by Contracting Officer Representative (COR) and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; AGAR 452.204-70 Inquiries; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-1 Buy American--Supplies; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted electronically.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/123ed6d3cdec9e8ac767d6bcaf28cf6c)
 
Record
SN03438490-W 20140727/140725234954-123ed6d3cdec9e8ac767d6bcaf28cf6c (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.