SOLICITATION NOTICE
R -- DNA Sequencing of 16S rDNA Environmental Clones
- Notice Date
- 9/10/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Environmental Protection Agency, Ord Service Center, 26 West Martin Luther King Drive, Cincinnati, OH 45268
- ZIP Code
- 45268
- Solicitation Number
- RFQ-OH-04-00179
- Response Due
- 9/24/2004
- Archive Date
- 10/24/2004
- Point of Contact
- Point of Contact, Kathleen Roe, Purchasing Agent, Phone (513) 487-2144
- E-Mail Address
-
Email your questions to U.S. Environmental Protection Agency
(roe.kathleen@epa.gov)
- Description
- NAICS Code: 541990 The U.S. EPA, National Risk Management Research Laboratory (NRMRL)/ Water Supply and Water Resources Division (WSWRD) intends to negotiate on a sole source basis with the Cincinnati Children's Hospital Medical Center (CCHMC), Genomics Core Facility under the authority of FAR Part 6.302-1 to perform DNA sequencing of 16S rDNA environmental clones. The Contractor perform sequencing reactions and analysis of sequence electropherograms. This information will be used by EPA to identify and characterize gene sequences and to develop gene specific PCR primers. EPA will provide the bacterial cultures that contain the clones to be sequenced. These will consist of transformed Escherichia coli cells with plasmid (e.g., TA vector) containing the clone of interest. An agarose gel will be provided by EPA as evidence of insert quality and purity. The Contractor shall perform plasmid purification, sequencing reaction, cleaning of sequencing reactions, and sequencing electrophoresis. Most clones will be of approximately 700 bp, but they could range between 400bp and 1500 bp. The contractor shall perform all sequencing reactions with M13F or M13R universal sequencing primers. The goal is to produce overlapping sequences that will facilitate the sequence analysis of environmental clones. In the case of clones longer that 1200bp, no significant overlap is expected. It is estimated that a minimum of 65 deep well plates (containing 96 clones per plate) will be processed as part of this task. Each plate shall be sequenced in both directions. As most genes to be sequenced are 500-700 bases in length, the Contractor shall provide a minimum of 650 bases per reaction of high quality (Phred 20). For each sequencing reaction, the Contractor shall provide a readout compatible with sequencing analysis software such as Sequencher or DNA Star. The output (i.e., electropherogram) shall consist of a minimum of 750 bases per reaction with Phred 20 value per read. 5-10 plates will be processed per environmental library and no more than 8 libraries will be developed. EPA will provide the bacterial cultures as often as once or twice a month. The Contractor shall submit the sequencing data in electronic form to the Project Officer. A local contractor is required to minimize potential degradation of DNA. In addition, the project requires sequencing five to six hundred reactions per experiment in 2-3 days. The Contractor shall use capillary sequencers which can process over a thousand reactions per 24 hours, like the ABI 3730XL sequencer4. Cultures must be processed the same day to minimize artifacts that are introduced when processing is delayed for more than 24 hours. This notice is not a request for quotations. EPA source research indicates that CCHMC is uniquely qualified to meet this requirement based on the fact that it is the only local organization capable to perform the required services, based on its combined high throughput capability, proximity to EPA's research facility, and ability to provide same-day sample processing. However, any firm believing itself capable of meeting EPA requirements may submit technical documentation to establish the potential of complying with the statement of work. Such documentation must be submitted to the POC within 15 days of electronic posting of this notice. A determination not to compete the proposed purchase order based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed on a sole source basis. This acquisition is being processed under FAR Part 13, Simplified Acquisition Procedures. The applicable NAICS code is 541990. The anticipated award date is 10/4/04. See Numbered Note 26.
- Record
- SN00670341-W 20040912/040910213006 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |