Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2010 FBO #3294
SOLICITATION NOTICE

65 -- Reagents for Chicken SNPs

Notice Date
11/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325414 — Biological Product (except Diagnostic) Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area, Area Office, 1815 N. University Street, Peoria, Illinois, 61604, United States
 
ZIP Code
61604
 
Solicitation Number
AG-5405-S-11-0001
 
Archive Date
12/28/2010
 
Point of Contact
LuAnn K. 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 Midwest Area for the Agricultural Research Service of the United States Department of Agriculture intends to issue an award to Illumina, Inc., 9885 Towne Center Drive, San Diego, CA 92121. 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 of the Avian Disease and Oncology Laboratory (ADOL), MWA, ARS, USDA at East Lansing, MI is for the vendor to provide reagents to genotype 60,000 chicken single nucleotide polymorphisms (SNPs). Minimum requirements include: (1) a successful conversion rate for the 60,000+ user-defined SNP assays 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 200 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 samples is estimated to be 768. Arrays must be delivered to the customer within 6 weeks after defining the SNPs. Samples must be procured from the same batch of arrays that were used in the beginning of the experiment for consistency of research results. 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 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 comparable source more advantageous to the Government is available. If no affirmative written responses are received, negotiations will be held with Illumina, Inc. 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 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(c)(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. Agency and Contracting Activity (FAR 6.303-2(a)(1)). USDA, AGRICULTURAL RESEARCH SERVICE, Midwest Area, East Lansing Location 2. Nature/Description of Action(s) (FAR 6.303-2(a)(2)). a. This contracting action is to obtain a reagent to evaluate 1536 cSNPs in each of 768 chicken samples. 3. Description of Supplies/Services (FAR 6.303-2(a)(3)). Reagents to be used to simultaneously monitor the expression of 1536 customer-defined cSNPs in RNA. 96 RNA samples processes per array. The assays have been designed using the " Golden Gate " system. Arrays must be delivered to the customer within 60 days after placing the order. Service to be performed by established provider to assure consistency. The arrays must be from the same batch as the beginning of experiment for consistency of research results. 4. Identification of Statutory Authority (FAR 6.303-2(a)(4)). 10 U.S.C. 2304 (c)(1), FAR Subpart 6.302-1. The services required by the agency are available from only one responsible source and no other type of 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 for chicken according to our specifications. Continuity of results is only guaranteed with the use of the same vendor and batch. 6. Federal Business Opportunities - FedBizOpps.gov (FBO) Announcement/Potential Sources (FAR 6.303-2(a)(6). a. A Federal Business Opportunities (FedBizOpps) synopsis was published in 2008 in an attempt to identify other possible vendors of the required SNP 's. b. Illumina was the only qualified source that responded. 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 the SNP 's. 8. Description of Market Research (FAR6.303-2 (a)(8). USDA/ARS is constantly surveying the market and from this experience knows that the service is proprietary and only available from the vendor identified. 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. Listing of Interested Sources (FAR 6.303-2(a)(10). No other sources are available at this time. 11. Actions Taken to Remove Barriers to Competition (FAR 6.303(a)(11)). Vendor surveys are done from time to time to see if other existing items can meet the research requirements 12. Technical Requirements and Certifications; (FAR 6.303-1(b) and FAR 6.303-2(b) 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. CONTRACTING OFFICER CERTIFICATION: (FAR 6.303-1(A), 6.303-2(A)(12) I certify that this justification is accurate and complete to the best of my knowledge and belief. //s// Name: LuAnn Therrian Title: Purchasing Agent
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG-5405-S-11-0001/listing.html)
 
Place of Performance
Address: 3606 E. Mt. Hope Rd., East Lansing, Michigan, 48823, United States
Zip Code: 48823
 
Record
SN02334541-W 20101201/101129233948-3a36ed40551a964994aa38bd44babbc7 (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.