SPECIAL NOTICE
99 -- Intent to Sole Source DNA Sequencing and Fluidigm Access Array
- Notice Date
- 7/11/2024 8:47:02 AM
- Notice Type
- Special Notice
- Contracting Office
- USDA-FS, CSA NORTHWEST 5 PORTLAND OR 97204 USA
- ZIP Code
- 97204
- Response Due
- 7/18/2024 5:00:00 AM
- Archive Date
- 08/02/2024
- Point of Contact
- Jessica Carter
- E-Mail Address
-
jessica.carter2@usda.gov
(jessica.carter2@usda.gov)
- Description
- This is a Notice of Intent to sole source. Requests for a solicitation will receive no response. This proposed contract action is published to notify potential sources that the National Forest Service, Pacific Northwest Research Station intends to award a sole source firm-fixed price contract, on behalf of the USDA Forest Service. For the work desired they will be assessing environmental DNA (eDNA) samples using Fluidigm microfluidic amplification and eDNA metabarcoding. USFS PNW Research Station workers will provide extracted eDNA samples and specially designed primers to the vendor. The vendor will then amplify the targets on their Fluidigm instrument (a very specialized piece of machinery) and then sequence the amplified DNA on their NovaSeq 6000 system. The deliverables on the contract are a datafiles containing millions of demultiplexed amplified sequences. The Corvallis Genomics Team have spent years developing an environmental monitoring assay. The basic process analyzes DNA from environmental samples and runs them through a proprietary protocol on the Fluidigm Access Array� instrument. This instrument performs 2,304 simultaneous enzymatic reactions, labels the products of the reactions, and then elutes the products for DNA sequencing on a next-generation DNA sequencer. The team at the Roy J. Carver Center has extensive experience conducting Fluidigm experiments. To avoid repeating preliminary work (which would accrue additional costs and labor) to develop specialized protocol at a different facility it is the desire of the Genomics Team to continue to work with the University of Illinois Roy J. Carver Center. This work included hundreds of samples submitted as study batches. Each study set is equivalent to ~10-13 plates of 48 samples amplified on the Access Array at a time followed by sequencing on the NovaSeq for subsequent bioinformatic analysis. The current request will process two more data sets using the same technology only in larger batches than previously submitted (14 and 17 plates respectively). The Proposed contract action is for services which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1 (b)(1)(i) Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract 06based 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. Date posted to SAM.gov July 11, 2024. Date Posting will close: 8:00am MDT July 18, 2024. The North American Industry Classification System (NAICS) code is 541190. The Size Standard is $19.5. The desired delivery date described herein is anticipated to be, September 30, 2024. The responses to this synopsis will be used to confirm that this is a sole source requirement. This notice is NOT a request for Quote (RFQ); it is a market research tool being utilized to determine the availability and adequacy of potential sources prior to awarding the contract. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this notice of proposed contract action. Contractors who believe they possess the expertise and experience shall submit technical capabilities in writing to Jessica Carter electronically at: Jessica.carter2@usda.gov. Responses must be received no later than 8:00 am July 18, 2024 MDT. All documentation shall become the property of the Government. Firms responding must indicate the following information: Business Size: small business, disadvantaged business, veteran owned small business or HUB Zone certified, indicate the appropriate NAICS code, and UEI. This synopsis neither constitutes a request for Quote nor does it restrict the Government to a particular acquisition approach. This synopsis should not be construed as commitment by the Government for any purpose other than market research.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fe9675018c384451b518250d083062e7/view)
- Place of Performance
- Address: Corvallis, OR, USA
- Country: USA
- Country: USA
- Record
- SN07124341-F 20240713/240711230111 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |