SOLICITATION NOTICE
H -- Whole Genome Sequescing and RNA Sequencing
- Notice Date
- 8/14/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541711
— Research and Development in Biotechnology
- Contracting Office
- Agricultural Research Service - Western Business Service Center
- ZIP Code
- 00000
- Solicitation Number
- AG-32SD-RFQ-17-MD31
- Point of Contact
- Michael A. Douglas, Phone: (979) 260-9480
- E-Mail Address
-
michael.douglas@ars.usda.gov
(michael.douglas@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 FAR 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. The solicitation number is AG-32SD-RFQ-17-MD31 and is issued as a request for quotation (RFQ). This solicitation is a small business set-aside. The NAICS is 541711 Research and Development in Biotechnology and business size is 1,000 employees. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-95. The USDA, ARS, Cropping Systems Research Laboratory located at 3810 4th St, Lubbock, TX 79415 requires the whole Genome Sequencing of 160 sorghum (Sorghum bicolor L.) and RNAseq of 100 sorghum (Sorghum bicolor). The Plant Stress and Germplasm Development Unit evaluates crop diversity via bioinformatics of genomic DNA sequence data. We have developed mapping populations for many agronomic traits. We will use whole genome resequencing and RNAseq to characterize the mapping populations with the aim to identify the genes/markers to these traits. This data is essential to the research of four scientists within the Unit and is shared among all employees. Furthermore, the data will be used construct a sorghum breeding database, which will be used agency-wide to accelerate sorghum breeding. Description of Supplies/Services: The purchase 1 is for the whole genome sequencing of 160 sorghum (Sorghum bicolor, genome size is approximately ~750 Mb) samples. We will provide whole genome DNA. Service requested includes construction of the sequencing library and delivery of raw sequencing data. The provider will construct a 500 bp randomly sheared Paired End Library. The desired output is 10 Gb high quality sequencing data per sample. The deliverable would be Raw Sequence Data via Hard Drives within 10 weeks of receiving the samples. The purchase 2 is for RNAseq of 100 sorghum (Sorghum bicolor, genome size is approximately ~750 Mb) samples. We will provide total RNA. Service requested includes construction of the cDNA library for sequencing and delivery of raw sequencing data. The desired output is 6 Gb high quality sequencing data per sample. The deliverable would be Raw Sequence Data via Hard Drives within 10 weeks of receiving the samples. Price to include deliverables (FOB Destination) to the USDA, ARS, Cropping Systems Research Laboratory located at 3810 4th St, Lubbock, TX 79415. The schedule for delivery to the site is 10 weeks after receipt samples to be sequenced. On company letterhead, quoters shall submit a firm-fixed price quote and a technical proposal that demonstrates the product(s)or services proposed meets the requirements of the Specifications/Statement of work. MAKE SURE your Price is provided separately from your Technical proposal. -Quoter shall clearly demonstrate its approach to technical ability to meet the requirements of the Specifications/Statement of Work, quality, warranty and timeliness of delivery. Include descriptive literature in sufficient detail to evaluate their product against the attached minimum specifications. -Provide three (3) references supporting the ability to deliver the requirement on schedule and in quantities requested. Quoters are to provide: Customer; Contract/Task Order Number, Contract type, total contract value, description of work performed, and relevancy pertinent to this requirement, names, telephone numbers, and email address for point of contact. Quoters should send past performance information in the form of a list of references so the Contracting Officer can confirm a quoters ability to deliver. Government references are preferred but will accept commercial references. -The quoter shall provide a quotation on company Letterhead. In addition to the completed pricing, the quoter shall provide sufficient price information to allow the contracting officer to determine the completeness and reasonableness of the quoters price. Each quoter shall include their proposed delivery schedule as part of their quotation. Acceptance and FOB point are destination. Failure to provide the required information in the requested format may result in quotes not being considered for award. The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies, with the following clauses 52.219-6 Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.223-1 Biobased Product Certification; 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at www.acquisition.gov/far. Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. The SAM is the Government repository, which retains information on Government contractors. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of these documents (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. Furnish quotations to Michael Douglas, Contracting Officer, no later than the response date and time listed in this solicitation. Quotations must be received in writing via facsimile, Email or mail to the contacts listed above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/301fadc0535ee0125f9f879523b78239)
- Place of Performance
- Address: USDA, ARS, SPA, CSRL, 3810 4th Street, Lubbock, Texas, 79415, United States
- Zip Code: 79415
- Zip Code: 79415
- Record
- SN04626761-W 20170816/170814231457-301fadc0535ee0125f9f879523b78239 (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 |