SOLICITATION NOTICE
B -- RNA Library Construction/Sequencing
- Notice Date
- 1/30/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541711
— Research and Development in Biotechnology
- Contracting Office
- Agricultural Research Service - Northeast Area
- ZIP Code
- 00000
- Solicitation Number
- AG349BS177237
- Archive Date
- 2/24/2017
- Point of Contact
- TIMOTHY A SMEARMAN, Phone: 304-725-3451 EXT 341
- E-Mail Address
-
tim.smearman@ars.usda.gov
(tim.smearman@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- 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; quotations are being requested and a written solicitation will not be issued. Solicitation number AG349BS177237 is being issued as a request for quotation. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. This requirement is a total small business set-aside under NAICS 541711, Size standard is 1000 employees. Contractors are responsible for reading and complying with this entire combined synopsis/solicitation and monitoring website, http://www.fbo.gov for any additional information relating to this requirement. Submission of quotations to include all information requested shall be in accordance with the instructions identified in this document. Small Businesses with the demonstrated capability and financial capacity to provide specified services in accordance with the specified delivery schedule are invited to respond to this request. Contractor shall provide all services, supplies, equipment and facilities necessary to provide the line items specified in accordance with the terms, conditions, and specifications contained in this document. Statement of Work: The USDA ARS AFRS requires RNA Library Construction, Quality Control and Sequencing utilizing single end 50 bases reads via Illumina HiSeq 500 system or equivalent. Quotations are requested for deep-sequencing of these RNAs, in accordance with the following: Performance Elements and Benchmarks: 1. Verification of RNA quality for RNAs submitted. 2. Construction of RNA library using RNAs from different plant tissues and verification of library quality for each of the libraries. Substandard library quality will require Library(s) to be reconstructed. 3. Libraries will be pooled for sequencing as necessary but each library must be given a unique barcode. Data provided must be separated by barcodes for pooled lanes. 4. Libraries will be subjected to a minimum of single-end 50 bp sequencing to yield a minimum of 20 million 50pb single end reads per library for the following: Line Item 0001 - library construction from mRNA/tRNA tobacco leaf/stem samples immuno-purified from epitope tagged ribosomes – minimum 50 bp single end reads. Line Item 0002 - library construction from mRNA/tRNA plum leaf/stem samples immuno-purified from epitope tagged ribosomes - minimum 50 bp single end reads. Line Item 0003 - library construction from peach leaf/stem total RNA - minimum 50 bp single end reads. 5. Data quality must be the Illumina specification or equal that 80% of the nucleotides are greater than Q30 for 50bp sequencing. 6. Deliverables: Data will be stored as bar-code deconvoluted and labeled.fastq files available on a secure site or on a hard drive and shall be provided FOB Destination to USDA-ARS-AFRS 2217 Wiltshire Road, Kearneysville, WV 25430 within 60 days of receipt of Government Samples. Schedule Line Items: Line Item 0001- 60 RNAs from tobacco $_______ Line Item 0002 - 90 RNAs from plum $_______ Line Item 0003 - 80 RNAs from peach $_______ INSTRUCTIONS FOR SUBMISSION OF QUOTATION - Quotations shall be submitted to the attention of: Timothy Smearman, USDA, AFRS, Administration Office, 2217 Wiltshire Road, Kearneysville, WV 25430 / tim.smearman@ars.usda.gov and be received prior to 4:00 P.M. (EST) on February 9, 2017. ** OFFERORS SHALL SUBMIT THE FOLLOWING: (a) Submit documentation to show technical capability to meet or exceed Performance Elements and Benchmarks. (b) Submit Quotation for all Schedule Line Items. (c) Submit two separate Past Performance References with contact information for two recent contracts (within past year) of contracts similar to the scope of this requirement using Illumina NextSeq 500 or equivalent. To be eligible for an award, contractor must be a Small Business under NAICS Code 541711 and have current and complete registration in the System for Award Management www.sam.gov. Offeror certifies, by submission of quotation, that registration in SAM is current to include Online Representations and Certifications as of submission date of quotation. Pending availability of funding, the basis for any potential 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 Capability (2) Total Price and (2) Past Performance. The following FAR and AGAR provisions and clauses apply to this acquisition and are available in full text at: https://www.acquisition.gov/?q=browsefar 52.204-7 System for Award Management; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.211-6 Brand Name or Equal; 52.212-1 Instructions to Offers-Commercial Items; 52.212-2 Evaluation-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; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-13 Notice of Set-Aside of Orders; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Equal Opportunity for Workers with Disabilities; 52.222-50 Combating Trafficking in Persons; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran; 52.232-18 Availability of Funds; 52.232-19 Availability of Funds for the Next Fiscal Year; 52.232-24 Prohibition of Assignment of Claims; 52.232-25 Prompt Payment; 52.232-39 Unenforceability of Unauthorized Obligations; 52.232-33 Payment by Electronic Funds Transfer-System for Award Management; 52.232-36 P ayment by Third Party; 52.233-1 Disputes; 52.233-3 Protest after Award ; 52.233-4 Applicable Law for Breach of Contract Claim ; 52.242-13 Bankruptcy; 52.242-17 Government Delay of Work; 52.246-1 Contractor Inspection Requirements; 52.247-34 F.o.b. Destination; 52.249-8 Default (Fixed Price Supply and Service); 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form); 52.252-1 Solicitations Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; 452.204-70 Inquiries; 452.219-70 Size Standard and NAICS Code Information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/306671f7db8d688ea023683705dd6b3e)
- Place of Performance
- Address: 2217 Wiltshire Road, Kearneysville, Kearneysville, West Virginia, 25430, United States
- Zip Code: 25430
- Zip Code: 25430
- Record
- SN04384721-W 20170201/170130234045-306671f7db8d688ea023683705dd6b3e (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 |