Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2003 FBO #0581
SOLICITATION NOTICE

B -- Sequencing of Clones

Notice Date
7/1/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Beltsville Area, P&CS, 10300 Baltimore Ave. Bldg. 003, Rm. 329, BARC-West, Beltsville, MD, 20705
 
ZIP Code
20705
 
Solicitation Number
14-3K47-03
 
Response Due
7/16/2003
 
Archive Date
8/16/2003
 
Point of Contact
Theresa Mitchell, Contract Specialist, Phone 301/504-8484, Fax 301/504-5009, - Theresa Mitchell, Contract Specialist, Phone 301/504-8484, Fax 301/504-5009,
 
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 14-3K47-03, is issued as a Request for Quotation (RFQ), and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-14. The NAICS code is 541710 with a small business size standard of 500 employees. This acquisition will be procured on an unrestricted basis. The Government intends to negotiate non-competitively with Agencourt, 100 Cummings Center Suite 107J, Beverly, MA 01915, under the authority of 41 U.S.C. 253 (1) when there is a reasonable basis to conclude that the agency?s minimum needs can only be satisfied by one responsible source. FAR Subpart 6.3. All responsible sources may submit a quotation which will be considered by the agency. Your responses/quotes shall include literature, brochures and other such information in order to determine the ability to meet the stated capabilities. 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. This requirement is for a suite of custom services to generate 50,000 expressed sequence tags from two normalized cDNA libraries. The MINIMUM REQUIREMENTS are: These services include mRNA extraction from frozen tissues, cDNA library construction, library normalization, arraying of library clones, plasmid isolation of arrayed clones, and two-pass sequencing of each plasmid isolate. Specifically, the cDNA library normalization service must produce two Cot-500 libraries of low clonal redundancy from mRNA pools that are derived from eight different bovine gut tissues. Equimolar amounts of cytoplasmic RNA from these tissues will be used to generate two RNA pools for cDNA synthesis. This synthesis must produce >1 kb cDNA fragments using lock-down oligo dT primers, and the cDNA must be enriched for full-length clones (>60%) corresponding to the 5'-end of the transcript. We require these cDNAs fragments be directionally cloned into an expression vector with sites for annealing of M13 primers and transformed into DH10B cells. Two libraries should be produced in this manner; each with >1 x 107 primary clones. The level of normalization to produce the final libraries must be Cot-500 with each library containing a minimum of 0.5 x 107 unique clones and an average insert size >1 kb. All steps used to produce this cDNA library must be assured by a quality control processes. All residual materials need to be returned to our laboratory. Once the libraries are completed, clones must be plated for arraying into growth plates that will be used for archiving in glycerol and plasmid preparation. Plasmid purification, sequencing reaction set-up, and sequencing reaction clean-up are completely automated to minimize the possibility of technician error and decrease sample to sample variability. Enough plasmid must be isolated to generate a 5' and 3' sequencing reads from each clone with residual plasmid left for archiving. A total of 50,000 EST must be produced using an ABI Prism? 3700/3730xl. Sequencing criteria include a >80% success rate/sequencing reaction for producing Phred20 over 400 consecutive nucleotides. Samples must be tracked from project start to finish on a well by well basis, and must be accessible in real-time. Data must be held in a secure database until accessed by secure FTP. This includes virus protection, e-mail encryption, multiple firewalls, intrusion detection systems, secure VPN technology, fingerprint scanners, and multiple tape storage systems to manage data security. Sequencing of 50,000 EST must be concluded within two months from start of plasmid isolation. 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) 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 Any and all questions regarding this project must be in writing and faxed to 301/504-5009 no later than July 8, 2003 by 4 p.m. (EST), no phone calls please. Faxed quotes are acceptable to T.C. Mitchell at 301/504-5009 on or before July 16, 2003, by 4 p.m. (EST) or quotes may also be mailed or hand delivered to the Contracting Address by July 16, 2003. Delivery address for the research project will be USDA , ARS, ANRI, BFGL, Bldg 200, Rm 8, off Powdermill Rd. East, BARC-East Beltsville, Maryland 20705. Time frame for completion of this project is 90 days after award. Anticipated award date is July 23, 2003.
 
Place of Performance
Address: USDA, ARS, ANRI, BFGL, BLDG. 200, Rm. 8, Beltsville, Maryland 20705
Zip Code: 20705
Country: USA
 
Record
SN00361135-W 20030703/030701213245 (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.