Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2010 FBO #3127
SOLICITATION NOTICE

65 -- cDNA Libraries from Perch Tissue RNA.

Notice Date
6/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325414 — Biological Product (except Diagnostic) Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area, Area Office, 1815 N. University Street, Peoria, Illinois, 61604, United States
 
ZIP Code
61604
 
Solicitation Number
AG5615-S-01-BB01
 
Archive Date
7/10/2010
 
Point of Contact
Dolores Milton, Phone: 608-890-0045
 
E-Mail Address
dolores.milton@ars.usda.gov
(dolores.milton@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation, Notice of Intent. The Midwest Area for the Agricultural Research Service of the United States Department of Agriculture intends to issue an award to The Center for Genomics and Bioinformatics (CGB), Indiana University, 915 E. 3rd St., myers Hall 162, Bloominton, IN 47405. This is a sole source procurement under the authority of FAR 6.302-1. Only one responsible source and no other supplies or services will satisfy agency requirements. This is a requirement of the Dairy Forage and Aquaculture Research Unit, MWA, ARS, USDA at Madison, WI, for the vendor to provide transcriptome sequences/reads from yellow perch tissues (brain, pituitary, liver and muscle). Minimum requirements include: (1) production of 4 normalized sequence libraries from total RNA extracted from each tissue, using a proprietary (in-house) procedure, adapted for use on the Roche/454 GS-FLX Titanium system, (2) library titration to optimize sequence output, (3) the amount of total RNA must be ~ 5 micrograms for each tissue, (4) sequencing will be performed on four quarters of a GS-FLX70x75 XLR70 picotitre plate using the latest releases of Roche/454 Titanium reagents and instrument software upgrades, (5) guaranteed delivery of a minimum of 900,000 high quality reads at 450 Mb of data (modal length up to ~500 nts), (6) processing of raw data to clean reads of library adaptors and low-quality regions and assembly of cleaned reads into contigs using Newbler (Roche/454) software with customized assembly improvements as needed, (7) deliver raw and assembled data and quality metrics and summaries via password-protected FTP site, (8) sequence information is the property of the US government, (9) libraries will be stored properly, on-site, by vendor for future Roche 454 sequencing projects, (10) sequences must be delivered to the customer within 2 weeks after assembly of contigs. Interested parties should submit written (mail or email) responses including prices and technical data sufficient to determine capability to meet the entire requirement and must be received in this office within 10 calendar days after publication of this notice. It should be noted that no contract will be awarded on the basis of offers received in response to this notice, but will be used to determine if a comparable source more advantageous to the Government is available. If no affirmative written responses are received, negotiations will be held with Indiana University, CGB without further notice. This acquisition is being conducted under the Federal Acquisition Streamlining Act, Simplified Acquisition Procedures. SOLE SOURCE JUSTIFICATION: Upon the basis of the following justification, I, as Contracting Officer, hereby approve the use of other than full and open competition for the proposed contractual action pursuant to the authority of 10 U.S.C.2304(c)(1), FAR Subpart 6.302-1(a)(2)(iii), Only one responsible source and no other supplies or services will satisfy agency requirements. JUSTIFICATION 1. Agency and Contracting Activity (FAR 6.303-2(a)(1)). USDA, AGRICULTURAL RESEARCH SERVICE, Midwest Area, Procurement & Property Section 2. Nature/Description of Action(s) (FAR 6.303-2(a)(2)). This contracting action is to obtain the transcriptomic sequences of 4 physiologically-important tissues of yellow perch. 3. Description of Supplies/Services (FAR 6.303-2(a)(3)). Transcriptomic sequences from yellow perch brain, pituitary, liver and muscle will be obtained from user-provided total RNA. RNA will be normalized and prepared for deep sequencing, and sequences obtained. Assembled (and contigs) sequences will be used to support genomics research on growth and disease in yellow perch. Sequences must be delivered before September 30, 2010. 4. Identification of Statutory Authority (FAR 6.303-2(a)(4)). 10 U.S.C. 2304 (c)(1), FAR Subpart 6.302-1. The services required by the agency are available from only one responsible source and no other type of services will satisfy the Agency requirements. 5. Demonstration of Contractor's Unique Qualifications (FAR 6.303-2(a)(5)). a. Only one responsible Source and No Other Supplies or Services will satisfy Agency Requirements (FAR 6.302-1(a)(2)) (1) FAR 6.302-1(a)(2) states, "When the supplies or services required by the agency are available from only one responsible source, or for DOD, NASA, and the Coast Guard, from only one or a limited number of responsible sources, and no other type of supplies or services will satisfy agency requirements, full and open competition need not be provided for." (2) The named vendor is the only facility (of which we are aware) that can produce sequence data exceeding throughput of known commercially-available library preparation products according to our specifications. 6. Federal Business Opportunities - FedBizOpps.gov (FBO) Announcement/Potential Sources (FAR 6.303-2(a)(6). a. A Federal Business Opportunities (FedBizOpps) synopsis will be published. If other suppliers can deliver this same quality of service, at a lower price, they will be considered. 7. Determination of Fair and Reasonable Cost (FAR 6.303-2(a)(7). After reasonable inquiry of other core-labs, no other suppliers were located that could produce the range of service and sequence data from 4 libraries at comparable quality. 8. Description of Market Research (FAR6.303-2 (a)(8). USDA/ARS is constantly surveying the market and from this experience knows that the service is proprietary and only available from the vendor identified. Additionally, the service provided by this vendor came highly recommended by other ARS scientists. 9. Any Other Supporting Facts (FAR 6.303-2(a)(9)) Due to the complete nature of services needed to perform the research, at this time there is only one source available. 10. Listing of Interested Sources (FAR 6.303-2(a)(10). No other sources are available at this time. 11. Actions Taken to Remove Barriers to Competition (FAR 6.303(a)(11)). Vendor surveys are done from time to time to see if other existing items can meet the research requirements. 12. Technical Requirements and Certifications; (FAR 6.303-1(b) and FAR 6.303-2(b) I certify that the facts and representations under my cognizance which are included in this justification and which form a basis for this justification are complete and accurate. CONTRACTING OFFICER CERTIFICATION: (FAR 6.303-1(A), 6.303-2(A)(12) I certify that this justification is accurate and complete to the best of my knowledge and belief. //s// Name: Dolores Milton Title: Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG5615-S-01-BB01/listing.html)
 
Place of Performance
Address: USDA-ARS, US Dairy Forage Research Center, 1925 Linden Drive West, Madison, Wisconsin, 53706-1108, United States
Zip Code: 53706-1108
 
Record
SN02178412-W 20100617/100615235821-e0510ded1ea42c4a8b87a52262c8d8d3 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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