Federal Bid

Last Updated on 07 May 2020 at 6 PM
Combined Synopsis/Solicitation
Columbia Missouri

Genome Resequencing

Solicitation ID AG-64PP-S-20-0009
Posted Date 07 May 2020 at 6 PM
Archive Date 26 May 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Usda Ars Mwa Columbia Lss
Agency Department Of Agriculture
Location Columbia Missouri United states 65211

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 No. AG-64PP-S-20-0009 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-01.  The NAICS code applicable to this acquisition is 541714.  For a small company to qualify as a small business, the small business standard is 500 employees or less. The Plant Genetics Research Unit, St. Louis, MO. has a requirement for genome resequencing. End user requires vendor to do the following:

DNA isolation

DNA Isolation. At least 20 micrograms per sample (x2 genomes), DNA length Megabase sized, by Pulse Field / CHEF Gel or FEMTO pulse. 

PacBio HiFi library QC and chips

PacBio HiFi library generation, tight size selection 20-25 kb by SAGE ELF (x2 libraries)

PacBio HiFi CCS cells (2 cells total. 2 hour pre-extension, 30 hour run time. Must produce at least 16-25 Gb+ data per cell)

Bioinformatic needs

De novo genome assembly (1 Gb haploid size) x 2 genomes (using HiCanu)

De novo genome annotation x 2 (using MAKER)

Structural and variant calling that includes complete SNP identification/evaluation, indel evaluation/identification and rearrangements x 2 (SNP, indel, rearrangements, e.g. using Sniffles)

DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall provide 1) A Quote on company letterhead detailing the item description, unit price per item, and total price; 2) Descriptive literature, brochures, information on service and support; 3) At least 2 to 3 references for the proposed service (if possible). References must have received the proposed service within the last five (5) calendar years (Government references preferred, but will accept commercial references). References shall be provided for the service proposed, and if possible, include the email address of the person to be contacted; and 4) Company’s DUNS number; 5) GSA Contract number and expiration date (if applicable to service requested).; 6) Offerors shall include a completed copy of the provisions FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.acquisition.gov/comp/far/index.html    

 REJECTION OF QUOTATION:   Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered.

The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/comp/far/index.html.  FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Quote);  FAR 52.204-7, System for Awards Management (ALL OFFERORS MUST BE REGISTERED AND ACTIVE IN THE SYSTEM FOR AWARDS MANAGEMENT

DATABASE IN ORDER TO RECEIVE AN AWARD) The website address for registration is: http://www.sam.gov; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.223-4, Recovered Material Certification; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items; 52.225-2, Buy American Act Certificate ; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33,  Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html.

DELIVERY:  FOB Destination.   DELIVERY TO: USDA-ARS, Plant Genetics Research Unit, Columbia, MO.. QUOTE PRICE MUST INCLUDE any freight, shipping, handling, as well as any applicable duties, brokerage, or customs fees.  DELIVERY DATE DUE:  The Government requires delivery and invoice no later than 60 days after receipt of samples, however, each offeror shall include their proposed delivery schedule as part of their quotation.

FAR 52.212.-2, EVALUATION - COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the service offered to meet the Government requirement, including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price.  Award will be made based on overall BEST VALUE to the Government. EVALUATION & AWARD FACTORS - The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, cost, and other factors considered.  Each Quote shall respond to each of the evaluation factors identified below.  With the exception of past performance, a technical evaluation will be performed on each quote based solely on the information furnished and not on previous knowledge or associations. The evaluation factors are as follows: (1) Technical Evaluation Factors:   A) All quotes will be rated against the technical capability of the service offered to meet the Government requirement. B) Delivery. C) Warranty, D) Descriptive Literature. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish Quotes to: Brionna D. Wade, Contracting Officer, USDA, ARS, Administrative Office, University of Missouri, 269 Ag Engineering Building, Columbia, MO. 65211. Quotes and other requested documents may be provided by email:  [email protected], Furnish quotes no later than 10:00 AM (CST), Monday, April 20, 2020. Additional information may be obtained by contacting the Contracting Officer at (573) 882-9387.

Bid Protests Not Available

Similar Past Bids

Location Unknown 16 Jan 2004 at 5 AM
Minneapolis Minnesota 01 May 2024 at 9 PM
Minneapolis Minnesota 08 May 2024 at 8 PM
Kearneysville West virginia 11 Sep 2021 at 2 AM
College station Texas 05 Sep 2021 at 4 PM

Similar Opportunities