SOLICITATION NOTICE
A -- RNA Sequencing - Specifications
- Notice Date
- 9/20/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541714
— Research and Development in Biotechnology (except Nanobiotechnology)
- Contracting Office
- Agricultural Research Service - Eastern Business Service Center
- ZIP Code
- 00000
- Solicitation Number
- 1232SC18-927459
- Archive Date
- 10/11/2018
- Point of Contact
- Lynn S. Hults, Phone: 9792609376
- E-Mail Address
-
lynn.hults@ars.usda.gov
(lynn.hults@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Specifications 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. Solicitation number 1232SC18-927459 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 541714(Research and Development in Biotechnology), with a small business size standard of 1000 employee. Specifications: With the following minimum specifications: SPECIFICATIONS FOR LIBRARY PREP AND CONSTRUCTION AND SEQUENCING USDA, ARS shall provide the following: 1) ARS provide 172 RNA samples (sets of 20-24 samples per Illumina cartridge per submission). 2) Samples will be packed on dry ice in a cooler and pay for the overnight shipping 3) The USDA, ARS shall provide an email to the Contractor with the shipping tracking number on the date the samples are shipped. 4) Replacement samples will be provided upon request. (is there a time limit from when samples are originally received - there should be no time limit? 5) The USDA, ARS shall collect the results as raw sequencing data provided by the FTP or other means of transferring large data sets. The provider will deliver data within two weeks from sample submission. The Contractor shall provide the following: 1. cDNA library preparation: a. DNase treatment on total RNA samples. b. rRNA Depletion using ribo-zero kits. c. Perform QC to assure RNA quality is suitable for cDNA library construction. d. RNA library construction (Produce cDNA libraries for HTS). 2. High throughput sequencing: a. Ability to Multiplex samples for sequencing with unique barcodes b. Perform sequencing using Illumina NextSeq, HiSeq2500 or HiSeq4000 system. c. Produce raw data reads (75 bp single-end reads). Expected number of raw data reads per sample are 25, 000, 000 to 50, 000, 000 d. Electronic access to a LIMS (Laboratory Information Management System) based system for access to sequencing data once sequencing is completed. 3. Provide an email notice for: 1) Access to LIMS; and 2) When the work has been completed. 4. Submit the (consolidated) monthly Invoice, in arrears after the services have been completed through the Invoice Processing Platform (IPP) System. 5. Provide a final release of claims with the final invoice. Delivery of Services: The Contractor will notify Dr. Dimitre Mollov by email at dimitre.mollov@ars.usda.gov and Lynn Hults, the Contracting Officer, at lynn.hults@ars.usda.gov when the results are completed and available for access through LIMS. Deliver to the following address: Plant Science Institute 10300 Baltimore Ave BARC-West, BLDG 006, Room 118 Beltsville, MD 20705 Additionally, delivery costs to the above location must be annotated in proposal. The Government anticipates award of a Firm Fixed Price contract. Delivery will be within 14 days of receipt of samples, quoted price should include delivery costs and units. Each offer must show a breakdown giving price of the new equipment, provide descriptive literature or information showing that the offered services meets all specifications. Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping). Electronic submissions are preferred. Please email all quotes to lynn.hults@ars.usda.gov. NO LATE QUOTES WILL BE ACCEPTED. The basis for award is Lowest Price Technically Acceptable. "LPTA" means the expected outcome of the acquisition that result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price (to include shipping), and must also have satisfactory Past Performance. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restriction on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights; FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; FAR 52.204-19 Incorporation by Reference of Representations and Certificates; 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 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.211-6 Brand Name or Equal; AGAR 452.211-71 Equal Products Offered; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.216-24 Limitation of Government Liability; FAR 52.216-25 Contract Definitization; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-17 Displacement of Qualified Workers; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-1 Buy American--Supplies; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-1 payments; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-39 Unenforceability of Unauthorized Obligations; FAR 52.233-2 Service of Protest; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted and paid electronically. Quotes must be received no later than September 26, 2018, 4:00pm Central Standard Time. Questions regarding this combined synopsis/solicitation are due no later than 3:00 PM CST on Tuesday September 25, 2018. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4a83cb0c04221c1f474e956e1bd5034d)
- Place of Performance
- Address: Plant Science Institute, 10300 Baltimore Ave, BARC-West, BLDG 006, Room 118, Beltsville, Maryland, 20705, United States
- Zip Code: 20705
- Zip Code: 20705
- Record
- SN05099372-W 20180922/180920231528-4a83cb0c04221c1f474e956e1bd5034d (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 |