Louisiana Bids > Bid Detail

Sequencing 170 Cotton DNA

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • B - Special Studies and Analyses - Not R&D
Opps ID: NBD00159455062946655
Posted Date: Apr 3, 2024
Due Date: Apr 8, 2024
Solicitation No: 12405B24Q0117
Source: https://sam.gov/opp/b006af1278...
Follow
Sequencing 170 Cotton DNA
Active
Contract Opportunity
Notice ID
12405B24Q0117
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS SEA AAO ACQ/PER PROP
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Apr 03, 2024 11:39 am CDT
  • Original Published Date: Mar 13, 2024 10:54 am CDT
  • Updated Date Offers Due: Apr 08, 2024 04:00 pm CDT
  • Original Date Offers Due: Mar 22, 2024 04:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 23, 2024
  • Original Inactive Date: Apr 06, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: B529 - SPECIAL STUDIES/ANALYSIS- SCIENTIFIC DATA
  • NAICS Code:
    • 541714 - Research and Development in Biotechnology (except Nanobiotechnology)
  • Place of Performance:
    New Orleans , LA
    USA
Description

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 12405B24Q0117 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03. The associated NAICS code is 541714 (Research and Development in Biotechnology (except Nanobiotechnology)11), with a small business size standard of 1,000 employees.

USDA, ARS, SEA



1100 Allen Toussaint Blvd.



New Orleans, LA 70124





Is looking for Sequencing 170 Cotton DNA that fits into the associated Specifications.



Statement of Work





Sequencing 170 cotton DNA samples:



The USDA intends to purchase a service to sequence 170 cotton DNA samples. Upon receiving DNA samples from the customer, the vendor will first measure the DNA quantity, and check the quality to determine whether the DNA sample is good for library construction. After passing the quality control, the vendor will use a PCR-free preparation method to construct a specialized library using the provided DNA sample. Then the libraries will be sequenced using a next-generation sequencing instrument such as Illumina 2000, NovaSeq or similar. A pair end 150 is required. For 168 samples, the vendor will generate 24Gb sequence data from each sample. For the remaining 2 samples, the vendor will generate 100Gb sequence data from each sample. We would like the vendor to provide basic bioinformatics analysis that includes generation of SAM, BAM, and VCF files by aligning to JGI reference Upland cotton (Gossypium hirsutum cv. TM-1) genome. The vendor will upload all sequence data into a hard disk, and ship to the customer.



The vendor will complete the work within 45 business days after receiving DNA samples from the customer.



The Government anticipates award of a Firm Fixed Price contract.

Each offer must show a breakdown giving price of each element, provide descriptive literature or information showing that the offered service meets all parts of the 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 Cecilia.McNamee@usda.gov. All Solicitations must be sent using the email subject title as the Solicitation number. NO LATE QUOTES WILL BE ACCEPTED.

The basis for award is Award will be made based on overall BEST VALUE to the Government.



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; FAR 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; AGAR 452.204-70 Inquiries; FAR 204-19 Incorporation by Reference of Representations and Certifications; 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 52.212-1 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 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 Non-displacement of Qualified Workers; 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 52.225-13 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 Unforceability 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 52.244- 6 Subcontractors for Commercial Items; 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 Friday March 22, 2024, at 4:00pm Central Standard Time.

Questions regarding this combined synopsis/solicitation are due no later than 3:00 PM CST on Tuesday March 19, 2024. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 141 EXPERIMENT STATION ROAD
  • STONEVILLE , MS 38776
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >