Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 29, 2000 PSA #2757
SOLICITATIONS

B -- SCREENING SHEEPSHEAD MINNOW CDNA LIBRARIES

Notice Date
December 27, 2000
Contracting Office
U. S. Environmental Protection Agency, Contracts Management Division (MD-33), Attn: ORDSC, Research Triangle Park, NC 27711
ZIP Code
27711
Solicitation Number
XQ8E41
Response Due
January 12, 2001
Point of Contact
JENNIFER HILL, Contract Specialist (919-541-3083)
E-Mail Address
Click here to contact the contract specialist via (hill.jennifer@epa.gov)
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. QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is XQ8E41, and the solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20. The associated North American Industry Classification System (NAICS) code is 541710 which has a size standard of 500 employees to qualify as a small business; however, it is anticipated that the contract will be awarded as a result of full and open competition. A firm, fixed-price purchase order with option quantities is anticipated to result from the award of this solicitation. This procurement is for the screening of sheepshead minnow (SHM, Cyprinodon variegatus) cDNA libraries with specific probes for probe identification. This procurement requires the contractor to screen the libraries with 20 to 60 probes. The contractor shall screen the libraries with a minimum of 20 original probes (cDNA clones) which will be shipped as a single unit. In addition to the 20 original probes, the contractor must also perform library screens in blocks of 3 probes for up to 40 additional probes (maximum number of library screens = 60). Exercising this option will be at the discretion of the EPA. CONTRACT LINE ITEM NUMBER (CLIN) 1. The contractor shall screen cDNA libraries (provided by EPA) with specific probes (also provided by EPA) to obtain full length sequences, or at a minimum, sequences that extend into the coding region, for identification of the probes. The libraries shall be amplified by the contractor under conditions that allow for continued usage. Phage shall be screened using non-radioactive kits. The phage will be plated on agar for subsequent rounds of screening until all of the phage on a plate appear positive by the screening method. At this time, the phage will be harvested and the inserts will be cloned into plasmids and sequenced. All plasmids will be stored at -80C. In the event that a specific probe fails to bind to any phage in the library, the contractor will document those failures and report them to the EPA Project Officer. The contractor shall provide EPA with a price on a per sample basis for the contract line item above, based on the minimum number of samples projected including the cost of the contractor picking up or shipping the samples from Gulf Breeze, Florida to the contractor's analytical facility. An additional price should be provided on a per sample basis for blocks of 3 samples up to the projected maximum number of samples. The remaining plasmids will be retained at the contractor's facility for one year following final report submission or returned to EPA's Project Officer. Deliverables for analyses: 1) Date of analysis; 2) Probe sequence information and identification; 3) Summary of analytical procedures; 4) Explanations for all data qualifications; 5) Reference analytical methods; 6) Explanations for all departures from the analytical protocols and discussion of possible effects on the data; and 7) Probe sequence information (and identification when possible). Quality Assurance Requirements: The contractor shall submit a copy of their QualityAssurance/Quality Control protocols to the EPA Project Officer prior to analysis of samples. The contractor must permit a QA audit of laboratory and/or data entry procedures by an authorized agent of EPA at any time during the conduct of analyses (given advance and reasonable notice). Results shall be reported to the EPA Project Officer no later than 1 year after receiving a shipment of samples. The contractor shall provide the results in an electronic format using Microsoft EXCEL and a hard-copy output of data files (i.e. spreadsheets) for the purpose of quality assurance. A report containing sequence information and identification of each probe shall be provided by the contractor. Information detailing the methods used and the results of QA measures shall also be provided by the contractor. Any laboratory notes discussing problems encountered must be included as an appendix to this report. Original records such as laboratory notebooks and printouts from analytical devices shall be retained by the contractor for at least three (3) years following the submission of the final report, as they may be requested by EPA. The contractor is required to transfer copies of all technical, fiscal, and programmatic files regarding this contract to the Project Officer. These files must be boxed in accordance with Federal Record Keeping Standards in boxes required by the Records Center and labeled as "Sheepshead Minnow cDNA Libraries -- Contractor Name / Contract Number" and contain an internal and external packing slip that identifies the specific contents of each box. The external packing slip shall be affixed to the exterior of the box. The successful contractor must have proven experience in molecular genetic techniques and in the maintenance and screening of cDNA libraries. Previous documented experience in molecular genetic techniques is required. A Quality Assurance / Quality Control program shall be in place at the contractor's laboratory and shall address, at a minimum, the following topics: physical processing of samples; analytical methods utilized; and data reporting. The following FAR provisions apply to this solicitation: 52-212-1, Instructions to Offerors -- Commercial Items; 52.212-2, Evaluation -- Commercial Items. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows: (i) TECHNICAL CAPABILITIES CRITERIA: 1) Provide a copy of QA/QC protocols; 2) Demonstrate previous experience with screening cDNA libraries; 3) Demonstrate previous analytical experience with proposed molecular genetic techniques/methods; 4) Explanation of methods used for each area with references; 5) Experience with similar size/scope projects; 6) Ability to meet the deadlines for the project; 7) Plan to submit a final report (electronic format) as required; and 8) Description of Record Management Program; (ii) PAST PERFORMANCE: Provide 3 references (quality of product or service, timeliness of performance, ability to adhere to deadlines, and overall customer satisfaction); and (iii) PRICE. Award will be made to the offeror whose offer is the lowest priced offer meeting all of the technical requirements. Offerors must satisfactorily meet all of the technical requirements to be considered "technically acceptable". All offerors are to include with their offers a completed copy of provision 52.212-3, Offeror Representations and Certifications -- Commercial Items. The following FAR clause applies to this acquisition: 52.212-4, Contract Terms and Conditions -- Commercial Items. The following additional FAR clauses which are cited in Clause 52.212-5 are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.219-14, Limitation on Subcontracting; 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-41, Service Contract Act of 1965, As Amended. Any applicable wage determination(s) will be made a part of the resultant purchase order. Price and technical information should be submitted in separate proposals. It is requested that the completed Representations and Certifications be included with the price proposal. All technical questions are to be forwarded via email to the Contract Specialist at the following email address: hill.jennifer@epa.gov. Offerors should review the Statement of Work and other information posted with this Request for Quotation on EPA's website at the following address: http://www.epa.gov/oam/rtp_cmd. Offerors should frequently go to the website and click on this RFQ to check the status of this procurement and to ascertain if any amendments have been issued. The Contract Specialist will also try to notify any offerors who have emailed expressing an interest in the solicitation when and if amendments have been posted to the web site above; however, it is the offeror's responsibility to frequently check the web site for an updated status and for any amendments. Please submit two copies of the technical proposal and two copies of the price proposal to Jennifer B. Hill, Contract Specialist, U.S. Environmental Protection Agency, MD-33, Research Triangle Park, NC 27711. Courier delivery address is U.S. Environmental Protection Agency, Receptionist-Administration Bldg., Lobby, Attn: Jennifer B. Hill (MD-33), 79 T.W. Alexander Drive, Research Triangle Park, NC 27709. All offers are due by January 12, 2001, 3:30 p.m., ET. No telephonic or faxed requests will be honored.
Web Link
Click here to visit the site that has information about (http://www.epa.gov/oam/rtp_cmd)
Record
Loren Data Corp. 20001229/BSOL001.HTM (W-362 SN5097D2)

B - Special Studies and Analyses - Not R&D Index  |  Issue Index |
Created on December 27, 2000 by Loren Data Corp. -- info@ld.com