Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2002 FBO #0160
SOLICITATION NOTICE

B -- cDNA Library and Normalization Service

Notice Date
5/9/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Beltsville Area, FMOD, Bldg. 003, Rm. 320, BARC-West 10300 Baltimore Avenue, Beltsville, MD, 20705-2350
 
ZIP Code
20705-2350
 
Solicitation Number
14-3K47-02
 
Response Due
5/24/2002
 
Archive Date
6/8/2002
 
Point of Contact
Theresa Mitchell, Purchasing Agent, Phone 301-504-8484, Fax 301-504-0333, - Theresa Mitchell, Purchasing Agent, Phone 301-504-8484, Fax 301-504-0333,
 
E-Mail Address
mitchelt@ars.usda.gov, mitchelt@ars.usda.gov
 
Description
This is a combined synopsis/solicitation for commercial item prepared in accordance with FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number 14-3K47-02, is issued as a Request for Quotation (RFQ), and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-07. The NAICS code is 541380, with a size standard of 6.0 million. This acquisition will be procured on an unrestricted basis. The Government intends to negotiate sole source with Invitrogen Life Technologies, 1600 Faraday Ave., Carlsbad, CA 92008, pursuant to FAR Subpart 6.3. The Government will award a firm-fixed-price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Fax quotations are acceptable to T.C. Mitchell at 301/504-0333 on or before May 24, 2002 by 4 p.m. (EST). Quotes may also be mailed or hand delivered to the Contracting Address by 5-24-2002. This RFQ is for cDNA library normalization service to construct a normalized cDNA library from bovine small intestinal tissue. A normalized cDNA library of low clonal redundancy is required as a resource by our laboratory to efficiently generate 10,000 unique expressed sequence tags (ESTs) from the bovine small intestine. This service needs to follow specific parameters to insure our lab obtains the highest quality cDNA library necessary for our EST project. First, mRNA has to be isolated from up to five unique small intestinal tissue samples. The mRNA must be mixed in equimolar concentrations before producing >1 kb cDNA fragments with a high fidelity enzyme like SuperScript II H-Rnase reverse transcriptase. We require these cDNAs fragments be cloned into pCMV Sport 6.0 vector and transformed into DH10B cells. From these reactions, two libraries should be produced; each with >1 x 10 to the 7th power primary clones. Individual clones from these libraries need to be analyzed to determined average cDNA insert size. The primary libraries have to be produced in a 4 to 6 week time frame following procurement of tissue samples. A hundred clones are then returned to our laboratory for sequence analysis to determine redundant clones for quality control analysis of the normalization procedure. The primary libraries are amplified using a semi-solid agarose procedure to minimize clonal bias that would occur in a liquid amplification. The libraries should be amplified 10- 100,000 fold. Once amplified, the DNA isolated from the libraries should undergo a Cot-500 normalization using subtractive hybridization technology. The DNA is again transformed into E. coli to produce a final copy of the normalized Completion of the normalized library from the primary libraries has to be done in 4-6 weeks. The resultant normalized library should have reduced abundant genes by 10-100 fold. Levels of ribosomal RNA clones also need to be determined by colony hybridization. All steps used to produce this cDNA must be assured by a quality control process. All residual materials need to be returned to our laboratory. Job completion time is 4 months after notice to proceed. The following FAR clauses and provisions apply and are available on http://www-far.npr.gov or http://arnet.gov/far : FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Award to technically acceptable offeror, at a fair and reasonable price; The following factors shall be used to evaluate offers: in order of importance 1. Technical capability of the item offered, 2. Price. FAR 52-212-3, Offeror Representations and Certifications-Commercial Items. All offers must include a completed copy of FAR 52.212-3 with their response. FAR 52.212-4, Contract Terms and Conditions-Commercial Items. The following FAR clauses in paragraph (b) of FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues of Executive Orders-Commercial Items, will apply to the resultant contract: 52.203-6, 52.222-21, 52.222-26, 52.222-35, 52-222-36, 52-222-37, 52.225-1, 52.225-13 and 52.232.34, 52.222.70 COMPLIANCE WITH VETERANS EMPLOYMENT REPORTING REQUIREMENTS (JAN 1999) (DEVIATION) (USDA). (a) The offeror represents that if it is subject to the reporting requirement of 38 U.S.C. 4212 (d) (i.e., the VETS-100 report required by FAR clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), it has [ ], has not [ ], submitted the most recent report required by 38 U.S.C. 4212 (d). (b) An offeror who checks Ahas not@ may not be awarded a contract until the required report is filed. Section 508 Accessibility compliance Clause: All Electronic and Information Technology (EIT) procured through this Contract must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. (36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http:www.access-board.gov/sec508/508standards.htm-PART 1194). The following operating systems; 1194.25 Self contained, closed products; 1194.26 Desktop and portable computers. The standards do not require the installation of specific accessibility-related software or the attachment of an assistive technology device, but merely require that the EIT be compatible with such software and devices so that it can be made accessible if so required by the agency in the future. CONTRACT PAYMENTS (MANDATORY INFORMATION FOR ELECTRONIC FUNDS TRANSFER) EFT compliance with 31 CFR 208. To facilitate EFT for contract payments, FAR clause 52.232-34 and 52.232-35 requires the submission of information by the contractor to the payment office. Upon award, the contractor shall contact the Miscellaneous Payments Section at the National Finance Center (NFC) to initiate the enrollment process of the Vendor Express Program (VXP) for payment under EFT. NFC can be reached on 1-800-421-0323 or at www.nfc.usda.gov
 
Place of Performance
Address: USDA, ARS, NRI, Energy Metbolism Unit, Bldg 162, Rm 204C, Beltsville, Maryland
Zip Code: 20705
Country: USA
 
Record
SN00074236-W 20020511/020509213052 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.