SOLICITATION NOTICE
B -- Genotype up to 2,000 Chinook salmon DNA samples for 43 SNP markers using two predesigned MALDI-TOF genotyping panels. - ABL-14005 RFQ - Wage Determination
- Notice Date
- 11/15/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
- ZIP Code
- 98115-6349
- Solicitation Number
- ABL-14005
- Archive Date
- 12/15/2013
- Point of Contact
- Suzanne Johnston, Phone: 907-789-6061
- E-Mail Address
-
suzanne.johnston@noaa.gov
(suzanne.johnston@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Determination ABL-14005 RFQ This is a combined synopsis/solicitation for services in which the government intends to acquire in accordance with FAR Part 13, Simplified Acquisitions Procedures. Department of Commerce (DOC), National Oceanic & Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Alaska Fisheries Science Center, Auke Bay Laboratories has a requirement for a vendor to genotype up to 2,000 Chinook salmon DNA samples for 43 SNP markers using the two predesigned MALDI-TOF genotyping panels. Primer sequences will be provided for the MALDI-TOF SNP assays and the contractor is responsible for ordering necessary primer stocks. As proof of principle, the contractor will test the two panels (all 43 assays) by genotyping 190 known Chinook DNA samples (provided by the technical lead). DNA quantitation of all samples will be performed by the contractor. After the initial test, the contractor will furnish the scored genotypes and cluster plots of all calls in Microsoft Word/Excel Format to the technical lead for comparison with the known genotypes. The contractor should be willing to work with the technical lead to make scoring changes based on the cluster plots. To continue this project, the technical lead must approve the quality of the genotypes. Without extenuating circumstances, all 43 assays in the 2 MALDI-TOF panels should score in at least 95% of the fish with greater than 99% accuracy. After acceptance of the assays, DNA from up to 1,810 additional Chinook salmon will be provided to the contractor by the. All DNA quantitation should be performed by the contractor and results supplied to the. All analyses should include at least 10 DNA controls with known genotypes (provided by the ). For quality control, all 43 assays should score in at least 95% of all the analyzed fish and the controls should score with greater than 99.5% accuracy. See attached statement of work for complete description of services. All interested concerns must submit a quotation and documentation demonstrating the qualifications to provide services as described above within fifteen (15) days of the publication date of this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. A firm-fixed order is anticipated to be issued in immediately. All responses must be in writing and delivery to fax number (907)789-6004 attention to Heather Mahle or to the address indicated in the solicitation. *******FAXED OR EMAILED CORRESPONDENCE OR RESPONSES SHOULD REFERENCE SOLICITATION # ABL-14005, IN SUBJECT LINE TO ENSURE IT IS SUCCESSFULLY RECEIVED. THIS IS A SIMPLIFIED ACQUISITION WITH AN ESTIMATED VALUE OF LESS THAN $150,000.00 TOTAL BASE AND OPTION. THE FOLLOWING PROVISIONS AND CLAUSES SHALL APPLY TO THIS SOLICITATION AND RESULTANT AWARD. THE PROVISIONS AND CLAUSES MAY BE DOWNLOADED AT HTTP://WWW.ACQNET.GOV/FAR 1. 33.215 CONTRACT CLAUSE 2. 52.204-7 CENTRAL CONTRACTOR REGISTRATION (JULY 2006) 3. 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2006) 4. 52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991) 5. 52.214-35 SUBMISSION OF OFFERS IN U.S. CURRENCY (APR 1991) 6. 52.222-3 CONVICT LABOR (JUN 2003) 7. 52.222-50 COMBATING TRAFFICKING IN PERSONS (AUG 2007) 8. 52.223-6 DRUG-FREE WORKPLACE (MAY 2001) 9. 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (FEB 2006) 10. 52.227-14 RIGHTS IN DATA--GENERAL (DEC 2007) 11. 52.232-1 PAYMENTS (APR 1984) 12. 52.232-8 DISCOUNTS FOR PROMPT PAYMENT (FEB 2002) 13. 52.232-11 EXTRAS (APR 1984) 14. 52.232-23 ASSIGNMENT OF CLAIMS (JAN 1986) 15. 52.232-25 PROMPT PAYMENT (OCT 2003) 16. 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER--CENTRAL CONTRACTOR REGISTRATION (OCT 2003) 17. 52.232-34 PAYMENT BY ELECTRONIC FUNDS TRANSFER--OTHER THAN CENTRAL CONTRACTOR REGISTRATION (MAY 1999) 18. 52.233-3 PROTEST AFTER AWARD (AUG 1996) 19. 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 20. 52.243-1 CHANGES--FIXED-PRICE (AUG 1987) 21. 52.249-1 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) (SHORT FORM) (APR 1984) 22. 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (SEP 2007) 23. 52.213-4 TERMS AND CONDITIONS--SIMPLIFIED ACQUISITIONS (OTHER THAN COMMERCIAL ITEMS) (FEB 2008) 24. 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (MAY 2004) 25. 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION (JUN 2007) 26. 1352.239-73 SECURITY REQUIREMENTS FOR INFORMATION TECHNOLOGY RESOURCES (DEC 2006) 27. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 28. 52.217-5 EVALUATION OF OFFERS 29. 52.217-7 OPTION FOR INCREASED QUANTITY-SEPARATELY PRICED LINE ITEM. OPTION FOR INCREASED QUANTITY-SEPARATELY PRICED LINE ITEM (MAR 1989) THE GOVERNMENT MAY REQUIRE THE DELIVERY OF THE NUMBERED LINE ITEM, IDENTIFIED IN THE SCHEDULE AS AN OPTION ITEM, IN THE QUANTITY AND AT THE PRICE STATED IN THE SCHEDULE. THE CONTRACTING OFFICER MAY EXERCISE THE OPTION BY WRITTEN NOTICE TO THE CONTRACTOR WITHIN 30 DAYS. DELIVERY OF ADDED ITEMS SHALL CONTINUE AT THE SAME RATE THAT LIKE ITEMS ARE CALLED FOR UNDER THE CONTRACT, UNLESS THE PARTIES OTHERWISE AGREE. (END OF CLAUSE) 30. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT. AS PRESCRIBED IN 17.208(G), INSERT A CLAUSE SUBSTANTIALLY THE SAME AS THE FOLLOWING: OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000). (A) THE GOVERNMENT MAY EXTEND THE TERM OF THIS CONTRACT BY WRITTEN NOTICE TO THE CONTRACTOR WITHIN 24 MONTHS; PROVIDED THAT THE GOVERNMENT GIVES THE CONTRACTOR A PRELIMINARY WRITTEN NOTICE OF ITS INTENT TO EXTEND AT LEAST 60 DAYS BEFORE THE CONTRACT EXPIRES. THE PRELIMINARY NOTICE DOES NOT COMMIT THE GOVERNMENT TO AN EXTENSION. (B) IF THE GOVERNMENT EXERCISES THIS OPTION, THE EXTENDED CONTRACT SHALL BE CONSIDERED TO INCLUDE THIS OPTION CLAUSE. (C) THE TOTAL DURATION OF THIS CONTRACT, INCLUDING THE EXERCISE OF ANY OPTIONS UNDER THIS CLAUSE, SHALL NOT EXCEED THREE YEARS. *** ALL CONTRACTORS DOING BUSINESS WITH THIS ACQUISITION OFFICE MUST BE REGISTERED WITH THE SYSTEM FOR AWARD MANAGEMENT (SAM). NO AWARD CAN BE MADE UNLESS CONTRACTOR/VENDER IS REGISTERED IN SAM. FOR ADDITIONAL INFORMATION AND TO REGISTER IN SAM PLEASE ACCESS THE FOLLOWING WEB SITE: HTTPS://WWW.SAM.GOV/PORTAL/PUBLIC/SAM/. IN ORDER TO REGISTER WITH SAM AND TO BE ELIGIBLE TO RECEIVE AN AWARD FROM THIS ACQUISITION OFFICE, ALL OFFERORS MUST HAVE A DUN & BRADSTREET NUMBER. A DUN & BRADSTREET NUMBER MAY BE ACQUIRED FREE OF CHARGE BY CONTACTING DUN & BRADSTREET ON-LINE AT WWW.DNB.COM/EUPDATE OR BY PHONE AT (800) 333-0505. OFFICIAL SOLICITATION, ANY AMENDMENTS, OR UPDATES CAN BE FOUND AT WWW.FBO.GOV, LISTED UNDER SOLICITATION # ABL-14005
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/ABL-14005/listing.html)
- Place of Performance
- Address: Vendors facility, United States
- Record
- SN03234837-W 20131117/131115234048-37dc65d2d49205edb7e7e86f2adf7a45 (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 |