MODIFICATION
R -- R--Virus Isolation
- Notice Date
- 1/16/2024 8:02:04 AM
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- OFC OF ACQUISITION GRANTS-DENVER DENVER CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- DOIGFBO240025
- Response Due
- 1/31/2024 2:00:00 PM
- Archive Date
- 02/15/2024
- Point of Contact
- Carter, Christopher, Phone: 303-236-9337
- E-Mail Address
-
cjcarter@usgs.gov
(cjcarter@usgs.gov)
- Description
- Virus Isolation SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey is conducting a MARKET SURVEY to determine the interest and capability of any sized firm for an upcoming requirement. The USGS Ecosystems Mission Area along with the Upper Midwest Water Science Center, Ohio-Kentucky-Indiana Water Science Center, and the Central Midwest Water Science Center has optimized a method to recover infectious avian influenza virus from surface water. For this work, samples are collected using the optimized method to filter surface water that will be processed (eluted and concentrated) at the Michigan Bacteriological Research Laboratory (MI-BaRL). Subsequently, this method requires confirmation of recovery, viability, and type of virus via egg inoculation and Polymerase Chain Reaction (PCR) techniques. A. Scope Collaboration for analysis and reporting are needed for this study. Samples require egg inoculation, extraction, and PCR analysis. Once samples have been analyzed and data has been reported, the collaborator will participate in interpretation of results and writing a manuscript for publication. THIS IS NOT A SOLICITATION. ALL COST ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary. The scope of work will include: Please see attached Performance Work Statement (PWS) A PWS will be provided with any solicitation that may be issued. Responses to this announcement are requested from (1) SBA certified Small Business HubZone firms; (2) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (3) Service-Disabled Veteran-Owned small Business firms; (4) Small Businesses, (5) Universities and Large Business. In response to this announcement, please indicate your firm's socioeconomic status (e.g. small business, service-disabled veteran-owned, women owned, HUBZone, etc.) This information will assist the Government in determining how small businesses can fit into the acquisition strategy. A firm is considered small under NAICS code 541380 if their AVERAGE annual receipts for the preceding three (3) years were less than or equal to $19 million. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (1) through (4) above, any solicitation may be issued as unrestricted without further consideration. Interested small business firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including DUNS NUMBER); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) their SIZE STATUS. Your company must have a Unique Identifying Number and be registered on-line at the System for Award Management (SAM). All responses must be submitted NLT January 31 2024, at 1700 ET via e-mail to: cjcarter@usgs.gov This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities website and no paper copies will be provided.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a76be40c65664178945fe63a771836c0/view)
- Record
- SN06935615-F 20240118/240116230040 (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 |