Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2011 FBO #3576
SOLICITATION NOTICE

A -- De Novo Sequencing and Assembly of Pimephales Promelas Genome

Notice Date
9/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
RTPPODUS Environmental Protection Agency109 T.W. Alexander DriveMail Code: E105-02Research Triangle ParkNC27709USA
 
ZIP Code
00000
 
Solicitation Number
RFQ-RT-11-00183
 
Response Due
9/22/2011
 
Archive Date
10/22/2011
 
Point of Contact
Sammie Jones
 
E-Mail Address
jones.sammie@epa.gov
(Jones.Sammie@epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 12.6 "SOLICITATION FOR COMMERCIAL ITEMS", 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. This solicitation number is RFQ-RT-11-00183 and the solicitation is being issued as a 100% SMALL BUSINESS SET-ASIDE competition Request for Quotation (RFQ) using FAR Part 13 Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-41. The associated North American Industry Classification System (NAICS) Code 541711 ? Research and Development in Biotechnology, which has a size standard of less than 500 employees to qualify as a small business, is applicable. A firm fixed-price contract is anticipated to result from award of this solicitation. The contractor shall conduct de novo sequencing and assembly of a draft Pimephales promelas genome. The US EPA point of contact will supply the contractor with tissue from an individual, adult male, in-bred fathead minnow. The contractor shall extract genomic DNA and use it to construct a multiple paired end Iliumina sequence libraries. The following FAR provisions apply to this solicitation: 52.212 1, Instructions to Offerors -Commercial Items, FAR 52.212-2, Evaluation ? Commercial items. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows: A. Technical Criteria: 1. Adequacy of QA/QC protocols to meet requirement of the SOW, 2. Demonstrated experience with de novo sequencing and assembly of a draft Pimephales promelas genome and provide a brief explanation of each method used, 3. Demonstrated adequacy of Records Management Program. B. Past Performance: Submit a list of 3 customers for whom like or similar services have been performed within the past 2 years. Include specific points of contact and phone numbers. Past performance will be evaluated on: 1. Quality of product or service; 2. Timeliness of performance (ability to adhere to deadlines), and; 3. Overall customer satisfaction. and C. Price. The Government intends to award a single contract to the responsible off eror whose technically acceptable proposal offers the 'Best Value' to the Government price and other factors considered. For this requirement, 'best value' will be determined based on technical criteria, past performance and price. For this requirement, Technical Criteria and Past Performance is significantly more important than price. In accordance with FAR 52.204-7(b)(1)Central Contractor Registration, all prospective awardees shall be registered in the CCR database prior to award, during performance, and through final payment of any contract or purchasing agreement resulting from this solicitation. All offerors are to include with their offers a completed copy of provision 52.212-3, Offeror Representations and Certifications ?Commercial Items. The following FAR clauses apply to this acquisition: 52.212 4, Contract Terms and Conditions Commercial Items. The following additional FAR clauses which are cited in clauses 52.212 5 are applicable to the acquisition: 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222 26, Equal Opportunity; 52.222 35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222 36, Affirmative Action for Handicapped Work ers; 52.222 37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-50 Combating Trafficking in Persons; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232 33, Payment by Electronic Fund Transfer-Central Contractor Registration; 52.222-41 Service Contract Act of 1965, As Amended; 52.222-42 Statement of Equivalent Rates for Federal hires. Any applicable wage determination(s) will be made a part of the resultant contract. All technical questions are to be forwarded to the Contract Specialist at the following email address: jones.sammie@epa.gov. Questions are due September 14, 2011 at 12:00 pm (noon) EST. Offerors should review any other information posted with this Request for Quotation on EPA's website at the following address: http://www.epa.gov/oam/rtp_cmd. Arrow down to the CURRENT SOLICITATIONS section and click on the solicitation. ALL FURTHER INFORMATION RELATED TO THIS SOLICITATION WILL BE LOCATED AT THE EPA WEBSITE. Please submit two copies each of the technical and price proposal to U.S. Environmental Protection Agency, RTP Procurement Operations Division, Attn: Sammie Jones, Mail Code: E105-02, 109 Alexander Drive, Research Triangle Park, NC 27709. All offers are due by September 22, 2011, 12:00 p.m. (noon), ET. No telephonic or faxed requests will be honored. E-mail proposals are acceptable and should be e-mailed to: jones.sammie@epa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/CMD/RFQ-RT-11-00183/listing.html)
 
Record
SN02565926-W 20110909/110908000020-aa8bf24c81217cf207764e722048950a (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.