Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 29, 2021 SAM #7119
SOLICITATION NOTICE

66 -- Strains of salmonella enterica for isolation of DNA

Notice Date
5/27/2021 11:18:33 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USDA ARS SEA AAO ACQ/PER PROP STONEVILLE MS 38776 USA
 
ZIP Code
38776
 
Solicitation Number
RFQ-12405B-21-0003
 
Response Due
5/27/2021 2:00:00 PM
 
Archive Date
06/11/2021
 
Point of Contact
Kelly L. Bero, Phone: 7065463025
 
E-Mail Address
kelly.bero@ars.usda.gov
(kelly.bero@ars.usda.gov)
 
Description
STATEMENT OF WORK DNA ISOLATION AND SEROTYPE CONFIRMATION OF A SALMONELLA ENTERICA COLLECTION USNPRC. RICHARD B. RUSSEL RESEARCH CENTER 5/13/2021 GENERAL SCOPE OF WORK. This contract is between USDA USNPRC RRC located at 950 college station road Athens GA, 30605 and intend to purchase from RSI Poultry Veterinary Consulting LLC located at 34186 90th circle, De Soto, KS 66018. The contract requirements are defined in this Statement of Work (SOW). The purpose of this SOW is to process 200 strains of Salmonella enterica for isolation of DNA and to confirm serotype by the ISR method, and then to provide DNA of high quality for long term storage in freezers and on FTA preservation cards. 1. An image of PCR product bands after amplification will be provided to USDA. 2. Enough DNA will be extracted from each strain to provide one 50ul portion in nuclease free water, and 4 x 50ul for impregnating an FTA card, 4 spots per card. 3. DNA will be quantified for each strain, using DNA markers in gels. 4. Each strain will be further processed to obtain serotype by ISR following Sanger Sequencing; also, each strain will be sequenced in the Forward and Reverse direction. 5. After 30 days storage at -20 �C in nuclease free water, another PCR will be performed to assess quality of DNA post-storage. An image of the 2nd run of PCR product will be provided to USDA, with each lane clearly identified by strain. 6. In addition to frozen samples, an FTA card with 4 spots will be impregnated for each strain, it will be air-dried, and then kept in individual zip lock bags with labels stating the strain, serotype, and date of impregnation. 7. Samples that pass the quality control step at 30 days storage will have pure 200 proof molecular biology grade ethanol added to achieve a concentration of 70% ethanol, then shipped back to USDA on ice. 8. FTA cards will also be shipped back to USDA. 9. The number of isolates to process at one time will be decide by RSI Poultry. AMENDMENT Parties can adjust delivery dates, number of strains to be delivered in one batch, selection of strains, and details of technique per agreement if the amendment does not alter cost. RSI Poultry can decide what costs they can absorb without changing the quoted total. GOVERNMENT-FURNISHED PROPERTY AND SERVICES Some specific disposable materials for the processing of DNA that are preferred by the USDA scientist, and that are not kept in stock by the service provider, may be furnished by USDA. The total value of these materials will not exceed $3,000. SHIPPING AND HANDLING USDA and the service provider will pay for their own shipping costs. SERVICE PROVIDER-FURNISHED ITEMS AND SERVICES GENERAL. The service provider will supply all labor for processing materials, will proved standard laboratory equipment common to any Biosafety Level II laboratory, and obtain permits and licensing to conduct business. SPECIFIC. Table 1 lists strains selected by USDA for processing. Bacteria are living organisms and sometimes do not survive storage. In the event a strain does not grow at the USDA laboratory, a replacement will be selected by the USDA scientist. The government anticipates award of a contract resulting from this solicitation to the responsible offeror whose offer conforming to the specifications will be most advantageous to the Government. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Please note on your proposal if you will accept a government purchase (Mastercard) card. This solicitation incorporates the following FAR clauses, provisions, and addendums: 52-212-1 Instructions to Offerors-Commercial Item; 52.212-3 Offeror Representations and Certifications-Commercial Items � annual representations and certifications are required. Offers shall include a statement as follows on their offer: the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at https://www.sam.gov have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference, except for paragraphs ______________; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. In paragraph B of 52.212-5, the following apply: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, and 52.225-33. In the event the vendor will accept payment via the Government Purchase Card (Mastercard), the vendor shall annotate on its offer that it will accept the purchase card, and clause 52.232-33 will be superseded by clause 52.232-36. All sources wishing to provide a quotation must respond by 5:00 PM, May 27, 2021. Quotations should be addressed to USNPRC 950 College Station Rd, Athens, GA 30605. POC is Kelly Bero, Purchasing Agent, 706/546-3025. Please email to Kelly.Bero@usda.gov. All responses will be evaluated to determine the equipment�s capability to meet the above requirements.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3ce5360115764cb89dab198fd5c1f9aa/view)
 
Place of Performance
Address: Athens, GA 30605, USA
Zip Code: 30605
Country: USA
 
Record
SN06015581-F 20210529/210527230114 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.