Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2009 FBO #2750
SOLICITATION NOTICE

65 -- Reagents to genotype 60,000 chicken single nucleotide polymorphisms (SNP’s). Minimum requirements include: (1)a successful conversion rate for the 60,000+ user-defined SNP arrays of 90 percent or greater. (2) a reproducibSNP Typing of chicken DNA samples

Notice Date
6/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325414 — Biological Product (except Diagnostic) Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, Illinois, 61604
 
ZIP Code
61604
 
Solicitation Number
5405-9-0100
 
Archive Date
6/30/2009
 
Point of Contact
LuAnn C. Therrian, Phone: 517-337-6825
 
E-Mail Address
luann.therrian@ars.usda.gov
(luann.therrian@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation, Notice of Intent. The Avian Disease & Oncology Laborratory, 3606 E. Mt. Hope Rd., East Lansing, Michigan 48823, intends to issue an award to DNA Lansmarks Inc. 84 Rue Richelieu, Saint-Jean-Sur-Richelieu, QC, J3B 6X3, Canada. This is a sole source procurement under the authority of FAR 6.302-1. Only one responsible source and no other supplies or services will satisfy agency requirements. This is a requirement for r eagents to genotype 60,000 chicken single nucleotide polymorphisms ( SNP 's). Minimum requirements include: (1)a successful conversion rate for the 60,000+ user-defined SNP arrays of 90 percent or greater. (2) a reproducibility rate of 99.9 percent or higher. (3) a shelf life of 3 years or greater. (4) each array must be quality control tested for performance prior to shipment to ADOL. (5) the amount of sample needed must be 20 ng or less of total genomic DNA from chicken. (6) no PCR amplification step or reduction in total genomic DNA complexity is required prior to assay processing to ensure a high throughput and (7) information on composition of the array is the property of the US government. Arrays must be processed in pre-existing platforms that are widely used, and the total number of arrays is estimated to be 255.. Arrays must be delivered to the customer within 8 weeks after defining the SNP 's. Service must be performed by established provider to assure consistency is only available through DNA Lansmarks. No telephone inquiries will be accepted. Interested parties should submit written (mail or email) responses including prices and technical data sufficient to determine capability to meet the entire requirement and must be received in this office within 10 calendar days after the publication of this notice. It should be noted that no contract will be awarded on the basis of offers received in response to this notice, but will be used to determine if a camparable source more advantageous to the Government is available. If no affirmative written responses are received, negotations will be held with DNA Laboratories without further notice. This acquisition is being conducted under the Federal Acquisition Streamlining Act, Simplified Acquisition Procedures. SOLE SOURCE JUSTIFICATION: Upon the basis of the following justification, I, as a Contracting Officer, hereby approve the use of other than full and open competition for the proposed contractual action pursuant to the authority of 10 U.S.C.2304©(1), FAR Subpart 6.302-1(a)(2)(iii), Only one responsible source and no other supplies or services will satisfy agency requirements. JUSTIFICATION 1. Contracting Activity. (FAR 6.303-2(a)(1)). USDA, Agricultural Reasearch Service, Avian Disease & Oncology Laboratory, Procurement Section 2. Nature/Description of Action. (FAR 6.303-2(a)(2)). a. This contracting action is to obtain 255 60K SNP Typing of DNA samples of chicken. 3. Description of Supplies/Services. Reagents to genotype 60,000 chicken single nucleotide polymorphisms ( SNP 's). Minimum requirements include: (1)a successful conversion rate for the 60,000+ user-defined SNP arrays of 90 percent or greater. (2) a reproducibility rate of 99.9 percent or higher. (3) a shelf life of 3 years or greater. (4) each array must be quality control tested for performance prior to shipment to ADOL. (5) the amount of sample needed must be 20 ng or less of total genomic DNA from chicken. (6) no PCR amplification step or reduction in total genomic DNA complexity is required prior to assay processing to ensure a high throughput and (7) information on composition of the array is the property of the US government. Arrays must be processed in pre-existing platforms that are widely used, and the total number of arrays is estimated to be 255.. Arrays must be delivered to the customer within 8 weeks after defining the SNP 's. Service must be performed by established provider to assure consistency. 4. Statutory Authority. (FAR 6.303-2(a)(4)). 10 U.S.C. 2304 ©(1), FAR Subpart 6.302-1. The services required by the Agency are available from only one responsible source and no other type services will satisfy the Agency requirements. 5. Demonstration of Contractor's Unique Qualifications. (FAR 6.303-2(a)(5)). a. Only one responsible Source and No Other Supplies or Services will satisfy Agency Requirements (FAR 6.302-1(a)(2)). (1) FAR 6.302-1(a)(2)) states' "When the supplies or services required by the agency are available from only one responsible source, or for DOD, NASA, and the Coast Guard, from only one or a limited number of responsible sources, and no other type of supplies or services will satisfy agency requirements, full and open competition need not be provided for." (2) The named vendor is the only producer of SNP 's of chickens according to our specifications. Continuity of results is only guaranteed with the use of the same vendor. 6. Federal Business Opportunities (FedBizOps) Announcement/Potential Sources. (FAR 6.303-2(a)(6)). a. A Federal Business Opportunities (FedBizOpps) synopsis is published in an attempt to identify other possible vendors of the required SNP 's. b. USDA/ARS does not anticipate other qualified sources; however, should any responses be received, they will be evaluated to determine if they meet the future needs of the Government. 7. Determination of Fair and Reasonable Cost. (FAR 6.303-2(a)(7). After a thorough web search, no other suppliers were located that could supply the SNP 's. 8. Description of Market Research (FAR 6.303-2 (a)(8). USDA/ARS/MWA posted a "combined synopsis/solicitation" for the exact same product, different quantity on October 23, 2008 in FedBizOpps and received only one response that was from the above mentioned vendor. 9. Any Other Supporting Facts (FAR 6.303-2(a)(9)). Due to the proprietary nature of the item needed to perform the research, at this time there is only one source available. 10. Other Interested Sources. (FAR 6.30(a)(11)). No other sources are available at this time. 11. Actions Taken to Remove Barriers to Future Comp etition. FAR 6.3603(a)(11)). Vendor surveys are done from time to time to see of other existing items can meet the research requirements. 12. Technical Requirements and Certifications FAR 6.303-2(a)(12)). I certify that the facts and representations under my cognizance which are included in this justification and which form a basis for this justification are complete and accurate.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/5405-9-0100/listing.html)
 
Place of Performance
Address: USDA ARS MWA ADOL, 3606 E. Mt. Hope Rd., East Lansing, Michigan, 48823, United States
Zip Code: 48823
 
Record
SN01837478-W 20090607/090605235326-8b85bf11c0bc5bbbba710e12efeb72fc (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  © 1994-2020, Loren Data Corp.