SOLICITATION NOTICE
B -- Single Nucleotide Polymorphism Genotyping - SF 1449
- Notice Date
- 6/22/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541711
— Research and Development in Biotechnology
- Contracting Office
- Agricultural Research Service - Eastern Business Service Center
- ZIP Code
- 00000
- Solicitation Number
- AG-32SC-S-16-0039
- Point of Contact
- Kristen Turner, Phone: 3096816624, ,
- E-Mail Address
-
kristen.turner@ars.usda.gov,
(kristen.turner@ars.usda.gov, /div)
- Small Business Set-Aside
- Total Small Business
- Description
- SF 1449 This is a combined synopsis/solici tation for commercial items prepared in accordance with the format i n Subpart 12.6, as supplemented with additional information incl uded in this noti ce. This announcement constitutes the only solicitat i o n ; quotes are being requested and a written solicitation w i ll not be issue d. So l i citation number AG-32SC­ S- 16-0039 is issued as a request for proposal (RFP). The solicitation document and incorporated provi sions and clauses are those i n effect through Federal Acquisit i on Circular 2005-88. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 541711 ( Research and Development i n Biotechnology), with a small business si ze standard of 1000. This acquis i tion i s for the following i tem as identified i n the Contract Line I tem Number (CLIN ) : 0001) Single nucleotide polymorphism genotypi ng of 2,304 rainbow trout DNA samples Unit Price: ___________ Quantity: ___________ Total Price: ___________ 0002) OPTION Single nucleotide polymorphism genotypi ng of 1,152 rainbow trout DNA samples Unit Price: ___________ Quantity: ___________ Total Price: ___________ Technical Specifications: STATEMENT OF WORK - The USDA NCCCWA requires si ngl e nucleotide polymorphism genotyping of 2,304 rai nbow trout DNA samples with an option for an additional 1,152 using Axiom myDesign TG arrays for single nucleotide polymorphism (SNP) genotyping in rainbow trout i n the 384-well format (O _my_50K ) on the GeneTitan I nstrument and or equal. Barcodes or barcoded plates are required for the Government prov i ded DNA samples. De l iverab l e will i nclude the genotyp i ng data for all the samp l es and the raw data files i n. eel format ( C EL files). All data must be provided on external hard drive s. Contractor shall provide all services, supp l i e s, equ i pment and facili t i es necessary to prov i de the deliverab l e specified i n accordance w i th the term s, cond i tion s, and specifications contained in the solicitation. The followi ng performance elements and benchmarks are required: •1. Amount of DNA per sample requi red i s 200 ng of total rainbow trout genome DNA ; •2. Mi ni mum sampl e pass rate of 95% ; •3. Minimum average SNP call rate of passing samples must be a minimum of 99%; •4. Minimum of 95% of SNPs must have SNP call rates greater than or equal to 97% over the passing samples; •5. Vendor must have a fully integrated LIMS ( l aboratory I nformation Management System) for samp l e track i ng to ensure that there are no errors i n matching the genotypes to the samples. Vendor must provide barcodes or barcoded pl ates for the DNA samples; •6. Vendor must have in p l ace a series of qua l i ty control ( Q C ) steps dur i ng the SNP genotype processin g. •7. Complet i on and return of requ i red data is req u i red w ithin 30 days of DNA samples rece i pt. DELIVERABLE SHIPMENT AND DOCUMENTATION - Shipment shall be FOB Destination to USDA-NCCCWA 11861 Leetown Road Kearneysv i l l e, W V 2543 0. Deliverable will include the genotyping data for all the samples and the raw data files i n. eel format ( CEL fil es). All data must be prov i ded in external hard drives to the USDA-NCCCWA, 1 1 861 Leetown Roa d, Kearneysvill e, VVV 25430. The order number shall be included on all documentation and shipment. The Government anticipates award of a Firm Fixed Price contract. Quoters responding to th i s announcement shall submit their quote in accordance with FAR 52. 212- 1. Submiss i on of quote shall include the following : (1 ) Technical Specifications and (2) Pri ce (to include shipping). The basis for award i s Lowest Price Technically Acceptable ( LPTA). "LPTA" means the expected outcome of the acqu i s i t i on tha t, results from selection of the technically acceptable proposal with the l owest evaluated pr i c e. Pursuant to FAR 5 2. 212-2 the criteria for eva l uation ar e : (1) Technical Specifications, and (2) Pr i ce (to in c lude shipping). Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total pri ce for the basic requirement. The Government may determine that an offer is unacceptable i f the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option ( s ). INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by Contracting Officer Representative (COR) and accepted at destination. The following Federal Acquisiti on Regulation (FAR) and the Department of Agriculture Acquisiti on Regulation (AGAR) provisions and clauses apply to this acqui sition : FAR 5 2. 20 4 - 7 Central Contractor Reg i stratio n ; FAR 5 2. 204-10 Reporting Executive Compensation and F i rst-T i er Subcontract Awards ; AGAR 452.204-70 Inquiries; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52. 212-1 Instructions to Offers-Commercial I tem s ; FAR 52. 212-2 Evaluation-Commercial I tems (filled in as follows : Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commerci al Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commerci al I tem s ; FAR 5 2. 219 - 6 Notice of Total Small Business Set-Asid e ; FAR 52. 2 1 9-28 Post Award Small Bus i ness Program Representatio n ; AGAR 452. 2 1 9-70 S i ze Standard and NAICS Code Information; FAR 52. 22 2 -3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies ; FAR 52.222-21 Prohibition of Segregated Fa c i lit i e s ; FAR 5 2. 222-26, Equal Opportunity Emp l oyment; FAR 5 2. 222-36 Affirmat i ve Action for Workers with D i sab i l it i e s ; FAR 5 2. 222-50 Combating Trafficking in Person s ; FAR 5 2. 223- 1 8 E n couraging Contractor Policy to Ban Text Messaging While Driving ; FAR 52.225-1 Buy Ameri can--Supplies ; FAR 52.225-13 Restrictions on Certain Fore i gn Purchase s ; FAR 52.225-25 Proh i b i t i ons on Contract i ng w i th Entities Engaging i n Certain Activities or Transactions Relating to Iran-Reps and Cert s ; FAR 5 2. 232-33 Payment by Electronic Funds Transfer-Central Contractor Registrat i o n ; FAR 5 2. 233-3 Protest After Award ; FAR 5 2. 233-4 App l i cable Law for Breach of Contrac t ; FAR 52.252-1 Solicitations Provisions I n corporated by Referenc e ; FAR 5 2. 25 2 - 2 C l auses Incorporated by Reference.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/418dc3bc10a34f19c26f027e0711915f)
- Place of Performance
- Address: USDA-NCCCWA, Kearneysville, West Virginia, 25430, United States
- Zip Code: 25430
- Zip Code: 25430
- Record
- SN04158400-W 20160624/160622234723-418dc3bc10a34f19c26f027e0711915f (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 |