Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

B -- RNA Library Construction and Sequencing

Notice Date
9/15/2020 9:48:07 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541714 — Research and Development in Biotechnology (except Nanobiotechnology)
 
Contracting Office
USDA ARS NEA AFRL KEARNEYSVILLE WV 25430 USA
 
ZIP Code
25430
 
Solicitation Number
12349B20S0843
 
Response Due
9/22/2020 1:00:00 PM
 
Archive Date
10/07/2020
 
Point of Contact
Timothy Smearman
 
E-Mail Address
tim.smearman@usda.gov
(tim.smearman@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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 12349B20S0843 is being issued as a request for quotation. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-07 August 31, 2020. This requirement is a total small business set-aside under NAICS 541714, Size Standard � 1,000 employees. Contractors are responsible for reading and complying with this entire combined synopsis/solicitation and monitoring website, https://beta.sam.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 equipment and 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 following in accordance with the terms, conditions, and specifications contained in this document and attachment. � The USDA ARS AFRS requires RNA Library Construction, Quality Control and Sequencing utilizing single end 150 bases reads via Illumina HiSeq 500 system or equivalent. Quotations are requested for deep-sequencing of these RNAs, in accordance with the required performance elements and benchmarks. A total of 200 samples will be provided in accordance with the following: Government will provide 38 samples by September 30, 2020. Remainder 162 samples will be provided on or before February 28, 2021. Required performance elements and benchmarks: 1)� Tobacco RNA Seq- 80 RNA samples of Tobacco samples for time course study to focus on the early plant responses. 2)� Apple and Peach RNA Seq- 18 RNA samples of 9 Apple and 9 Peach samples to analyze fruit development. 3)� Peach RNA Seq- 102 RNA samples of Peach samples to analyze progression of Dormancy in Peach to understanding how chilling period and temperatures influence flower development and flowering time. 4)� All RNA samples will be shipped on Dry Ice from the Appalachian Fruit Research Station on or before February 28, 2021. 5)� Submitted RNA�s require verification of RNA quality. 6)� Construction of RNA library using RNAs from different plant tissues, listed above #1-5, and verification of library quality for each of the libraries.� Substandard library quality will require Library(s) to be reconstructed. 7)� 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. 8) Libraries will be subjected to a minimum of single-end 150 bp sequencing to yield a minimum of 30 million 150 bp single end reads per library for the following: 9) Data quality must be the Illumina specification or equal that 80% of the nucleotides are greater than Q30 for 150bp sequencing. 10) 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 all Government Samples. Interested vendors are responsible for complying with entire combined synopsis/solicitation to include submission of quotation for all line items in accordance with the following instructions.� Firm fixed price quotations must be submitted to the attention of: Timothy Smearman, USDA ARS AFRS, 2217 Wiltshire Road, Kearneysville, WV 25430 or tim.smearman@usda.gov and respondents are responsible for ensuring receipt prior to September 22, 2020, 4 P.M. (EST). All information requested under the following shall be submitted. (a) Submit firm fixed price quotation.� The cost quoted must include all charges associated with delivery, FOB Destination, Kearneysville, WV 25430. (b) Submit two Past Performance References with contact information for two recent contracts (within past three years) of contracts similar to the scope of this requirement that demonstrate the ability to provide required services. (c) Completion of SAM Registration. Offeror must have current Registration and completed Online Representations and Certifications in the System for Award Management (SAM). The System for Award Management (SAM) is online at 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 in accordance with FAR 52.204-7, System for Award Management. Registration must remain active through final payment of any award resulting from this solicitation. 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. 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e997810ec65642e9984aa81af26a7f26/view)
 
Record
SN05797666-F 20200917/200915230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.