Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2008 FBO #2449
SOLICITATION NOTICE

B -- CUSTOM DESIGNED GRAPE ARRAY SERVICES

Notice Date
8/8/2008
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, Pennsylvania, 19038
 
ZIP Code
19038
 
Solicitation Number
801-1907-100-351
 
Archive Date
12/30/2008
 
Point of Contact
Lisa M. Botella,, Phone: 215-233-6551
 
E-Mail Address
lisa.botella@ars.usda.gov
 
Small Business Set-Aside
N/A
 
Description
<!--[if !supportLists]--> The USDA, Agricultural Research Service (ARS), intends to negotiate solely with Illumina, Inc., in San Diego, California to custom design a 10,000 SNP Genotyping array for non-human species; specifically, a representative sample of the grapevine Germplasm repository of the USDA. The purpose of collecting genome-wide SNP data from the entire grape germplasm repository is to establish a core collection for the repository. A core collection is a subset of the entire repository that is as representative as possible of the entire genetic diversity present in the repository. The establishment of a core collection is a crucial first step towards association genetics and will provide the foundation for future studies that aim to identify genetic variants responsible for agronomically important traits. In addition these data can be used to assess numerous questions concerning the origins, domestication and dispersal of the grapevine. Sole Source Justification – Illumina, Inc. shall: 1) produce a microarray for the grape, a non-model species; 2) The Genotyping microarray must be custom-designable since there is currently no commercially available genome-wide SNP microarray for the grapevine; 3) Produce a microarray with a minimum of 10,000 features (i.e., SNPs) to a maximum of more than 100,000 SNPs discovered by sequencing; 4) Supply all reagents and test kits necessary for the microarrays; 5) The microarray must be compatible with the existing equipment in use by the Government and includes Affymetrix GeneChip Instrument System and Illumina Bead Station 500; 6) Delivery shall be within ten (10) weeks after receipt of SNP information; 7) Custom designed genotyping arrays that contain fewer than 10,000 features cannot be read by either the Affymetrix or Illumina Systems (identified above), or are not designed specifically for use with grape DNA will be excluded from consideration. A) The Government shall: 1)Provide data containing SNP information in a Microsoft Excel Spreadsheet. The spreadsheet will be delivered by email within 100 days of contract award; 2) Provide Notification to the Contractor if microarrays are found to be faulty. This notification must be provided within on calendar year from the date the microarrays are received by the Government; 3) Provide Government-owned property which includes an Affymetrix GeneChip Instrument System and an Illumina Bead Station 500; 4) Provide a federal express number for shipping of this product after award; B) The Contractor shall: 1) Provide approximately 2,304 custom designed single nucleotide polymorphism (SNP) 10K genotyping arrays; 2) Provide the complete quantity of SNP arrays must all fit into a space not greater than one-third of a -80 freezer (4 ft. x 4 ft. x 2 ft.); 3) Provide the genotyping arrays which are capable of being read by either an Affymetrix GeneChip Instrument System or an Illumina Bead Station 500; 4) Notify the Government by email if the SNP data (provided by the Government in an Excel spreadsheet) fails, within five (5) business days of the failure; 5)Provide documentation of the use of the SNP arrays which must include a description of the design of the product and detailed instruction for a lab technician to process the microarrays; 6) Replacement of microarrays if the initial shipment was found to contain faulty microarrays. The replacement microarrays must be shipped within 30 days of notification (refer to A.2 above); 7) provide a warranty for at least a one-year period from the date of delivery, unless improperly stored. The NAICS is 541710 with a size standard of 500 employees. This procurement is unrestricted. This is not a request for proposal. No solicitation is available. Companies with the demonstrated capability and financial capacity to provide this service must submit a written substantive statement outlining the Company’s and service capabilities, including the consumables (and price lists). This announcement and any other documents related to this procurement will be available electronically at the Internet site http://www.fbo.gov. The Contractor is responsible for monitoring the FBO website for information relating to this requirement. Offerors will be responsible for downloading their own copy of these documents. Contractors are required to acknowledge receipt of all Amendments (if any). If no affirmative responses are received with 5 calendar days of publication of this notice to determine whether a qualified source is more advantageous to the Government, an order will be placed with Illumina, Inc. under the authority of FAR 6.302.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b212ca1560fc9b990fb77c9a15088670&tab=core&_cview=1)
 
Place of Performance
Address: USDA, ARS, NAA, Institute for Genomic Diversity, Cornell University, 175 Biotechnology Bldg., Ithaca, New York, 14853-2703, United States
Zip Code: 14853-2703
 
Record
SN01635409-W 20080810/080808223003-b212ca1560fc9b990fb77c9a15088670 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.