Federal Bid

Last Updated on 31 Aug 2018 at 9 AM
Combined Synopsis/Solicitation
Kearneysville West virginia

Whole Genome Sequencing

Solicitation ID 1232SC18-928681
Posted Date 09 Aug 2018 at 7 PM
Archive Date 31 Aug 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Eastern Business Service Center
Agency Department Of Agriculture
Location Kearneysville West virginia United states
 

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 1232SC18-928681 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 541990 (All Other Professional, Scientific, and Technical Services), with a small business size standard of $15.0 in Millions of dollars.

Specifications:
With the following minimum specifications:

The USDA ARS National Cold Water Marine Aquaculture Center (NCWMAC) requires 100x coverage of whole genome sequencing via PacBio RSII and/or PacBio Sequel DNA sequencing systems of one rainbow trout sample (Genome size ~2.5Gb) and one Atlantic salmon sample (Genome size ~3Gb).

 

Contractor shall provide all services, supplies, equipment and facilities necessary to provide sequencing of two genomic DNA samples (one trout and one Atlantic salmon) in accordance with the required performance elements and benchmarks.

 

            REQUIREMENTS.

           

  1. Amount of DNA provided per sample will be a minimum of 20 ug of high molecular weight rainbow trout or Atlantic salmon genomic DNA.  DNA sample QC included: Qubit, 1% agarose gel electrophoresis;
  2. Standard PacBio DNA (whole genome) library preparation performed by the vendor following the best practices for whole genome sequencing recommended by PacBio.  DNA and Library prep QC: Pulse Field Gel Electrophoresis (PFGE) sizing;
  3. Platform and configuration: PacBio RSII and/or PacBio Sequel;
  4. Read Length: a smear from short to over 60Kb with N50 of at least 20Kb pass filter reads;
  5. Data Output:  250 Gb pass filter reads for the rainbow trout sample and 300 Gb pass filter reads for the Atlantic salmon sample. The output data files delivered in standard PacBio BAM files format;
  6. Vendor must have in place a series of quality control (QC) steps during libraries preparation and genomic DNA sequencing.  Information on library preparation and QC procedures must be documented and included in the final project report, including documentation of the actual fragment sizes used in libraries preps, number of SMRT cells, total output per cell and number of pass filter reads per cell;
  7. Deliverables will include the DNA sequencing data for all samples, all raw sequence data files, and Final Project Report.  All data must be provided via secure portal download OR in an external hard drive (including shipping) to the USDA-ARS-NCCCWA (see section IV part d).

•8.    Delivery.  The Contractor shall furnish and deliver the DNA sequencing data for all samples, all raw sequence data files and Final Project Report. All data must be provided via secure portal download OR in an external hard drive (including shipping) to:

            USDA-ARS-NCCCWA

            Attn: Yniv Palti

            11861 Leetown Road

            Kearneysville, WV 25430

            within forty-five (45) days after the receipt of last sample.  Delivery shall be between the hours of 8:00 a.m. to 5:00 p.m., Monday through Friday, excluding Federal holidays. 

•9.    Documentation.  The Contractor shall provide Final Project Report that includes information and documentation on library preparation and Quality Control procedures, documentation of actual fragment sizes used in libraries preps, number of SMRT cells, total output per cell and number of pass filter reads per cell.



Delivery must state door to door to the following address:

USDA-ARS-NCCCWA

Attn: Yniv Palti

11861 Leetown Road

Kearneysville, WV 25430

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 45 days of award, quoted price should include delivery costs and units. Each offer must show a breakdown giving price of the Sequencing.

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 [email protected]. 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 52.204-7 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 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 52.219-6 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 52.222-19 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 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 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 August 15, 2018, 4:00pm Central Standard Time.

Questions regarding this combined synopsis/solicitation are due no later than 3:00 PM CST on Monday, August 13, 2018. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation

Bid Protests Not Available

Similar Past Bids

Kearneysville West virginia 25 Jul 2014 at 5 PM
Kearneysville West virginia 04 Jun 2021 at 3 PM
Range Alabama 25 Feb 2019 at 9 PM
Kearneysville West virginia 13 Jul 2021 at 12 PM