Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
SOLICITATION NOTICE

B -- Whole Genome Sequencing in Rainbow Trout and Atlantic Salmon

Notice Date
8/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
Agricultural Research Service - Northeast Area
 
ZIP Code
00000
 
Solicitation Number
AG349BS177577
 
Archive Date
9/5/2017
 
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
Whole Genome Sequencing in Rainbow Trout and Atlantic Salmon 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 AG349BS177577 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 deliverable specified in accordance with the terms, conditions, and specifications contained in this document. Statement of Work: The USDA ARS NCCCWA requires 15x coverage of whole genome sequencing via Illumina HiSeq System of 96 rainbow trout samples and 96 Atlantic salmon samples (Genome size ~3Gb). Contractor shall provide all services, supplies, equipment and facilities necessary to provide sequencing of 192 genomic DNA samples (96 trout and 96 atlantic salmon) in accordance with the required performance elements and benchmarks. Schedule of Line Items: Line Item 01 - 192 (96 trout and 96 atlantic salmon) Samples $__________ Samples will be provided on or before dates specified in accordance with the following: 24 samples provided on or before September 30, 2017; 72 samples provided on or before December 15, 2017. 96 samples provided on or before March 1, 2018. Required performance elements and benchmarks: 1. Amount of DNA provided per sample will be a minimum of 2,000 ng of total rainbow trout or Atlantic salmon genome DNA. DNA sample QC included: Qubit; 2. Standard Illumina shotgun genomic DNA library preparation performed by the vendor (Insert size approximately 400bp-450bp). Library QC: qPCR; 3. Platform and configuration: Illumina HiSeq PE 150 cycles; 4. Read Length: 2 x 150 nucleotides (paired-end); 5. Data Output: An average of 45 Gbases of pass filter paired-end reads per sample/library (300M paired-end reads, which is 150M reads in each direction). The output data files delivered in standard fastq format; 6. Vendor must have in place a series of quality control (QC) steps during libraries preparation and genomic DNA sequencing. Information on library preparation and QC procedures must be documented and included in the final project report, including the adaptor sequences used and actual size of libraries inserts; 7. Deliverables will include the DNA sequencing data for all samples, all raw sequence data files, and Final Project Report. All data must be provided via secure portal download OR in external hard drives to the USDA-NCCCWA, 11861 Leetown Road, Kearneysville, WV 25430. Completion and return of all deliverables is required within 30 days after receipt of all Government provided samples. The order number shall be included on all documentation and shipments. 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 August 21, 2017. ** OFFERORS SHALL SUBMIT THE FOLLOWING: (a) Submit documentation to show technical capability to meet or exceed Performance Elements and Benchmarks. (b) Submit Firm Fixed Price Quotation for Schedule Line Item. (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 HiSeq System. 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 lowest evaluated price (evaluated as total cost of all line items) technically acceptable quotation that fully meets all specifications and having satisfactory past performance. Only the lowest priced quote will be evaluated for technical acceptability (to be based on the specifications). The next lowest offer will only be evaluated if the aforementioned quote is not found technically acceptable (and so on). Only one award will be made under this solicitation based on availability of funding. The following FAR and AGAR provisions and clauses apply to this acquisition and are available in full text at: http://farsite.hill.af.mil/ 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; 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act; 52.225-4 Buy American -- Free Trade Agreements - Israeli Trade Act Certificate; 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; 52.232-24 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; 52.233-1 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/6f005702965332f2cb3aecef7a5fcd25)
 
Place of Performance
Address: 2217 Wiltshire Road, Kearneysville, West Virginia, 25430, United States
Zip Code: 25430
 
Record
SN04624992-W 20170813/170811231946-6f005702965332f2cb3aecef7a5fcd25 (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  © 1994-2020, Loren Data Corp.