This is a Sources Sought Notice only. This Sources Sought Notice does not constitute an Invitation for Bids, Request for Proposals, or a Request for Quotations, and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited, nor is it a guarantee of a forthcoming solicitation or contract. The purpose of this Sources Sought Notice is for market research purposes only. Respondents will not be notified of the results of the evaluation.
The USDA/Agricultural Research Service (ARS) is conducting market research to support the USDA/ARS/SEA, Genetics and Sustainable Agriculture Research Unit, Mississippi State, MS location.
Seeking Contractor to provide:
- 200 sample Shallow Shotgun Sequencing which includes Library preparation and sequencing on the llumina Next Seq (2X 150 BP) targeting an average of 0.5-2 million reads per sample.
- QC Report – Deliverables: Raw FASTQ data (2x150 bp), Trimmed, host DNA-depleted, adaptor-removed FASTQ data.
- Relative abundance tables generated via mapping to a curated reference database; species and genus assignments where available.
- Functional profiling reported as KEGG orthology groups, modules, and pathways where available, or SEED Subsystems.
- Approach must allow for a metagenomic approach to sequencing “all” the DNA in the environmental sample at a lower cost for a more thorough sequencing approach with rapid fully publishable results.
- Approach must use a coverage of 5x over environmental DNA to conduct this service as opposed to a more thorough 8 or 1Ox approach which is far more costlyApproach must use a coverage of 5x over environmental DNA to conduct this service as opposed to a more thorough 8 or 1Ox approach which is far more costly.
- Approach to allow to quickly screen treatment effects at the DNA level and thus allows research location to decide if they need to further the investigation and use a more costly approach, focusing on fewer samples, rather than a more costly approach of sequencing all samples.
Responses should include:
- Organization Name, address, contact phone number and e-mail address, and web site address.
- Business size with regard to North American Industry Classification System (NAICS) code 621511 per the standard described in Federal Acquisition Regulation (FAR) Part 19.102.
- DUNS number. (Small business versus large business), other socio-economic categories such as Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB).
- Tailored capability statements addressing the salient characteristics listed, with appropriate documentation supporting capability.
Responses to this Notice must be in writing. Telephone inquiries will not be accepted. Interested parties should e-mail responses to [email protected] on or before Thursday, June 25, 2020 no later than 3:00 pm CDT. Hard copies of the responses are not required and will not be accepted.
Bid Protests Not Available