Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2014 FBO #4626
SOLICITATION NOTICE

B -- Custom Genotyping - Combined synopsis/solicitation

Notice Date
7/23/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Agricultural Research Service - Midwest Area
 
ZIP Code
00000
 
Solicitation Number
AG-5405-S-14-AA02
 
Archive Date
8/23/2014
 
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
Custom Genotyping This notice is a combined synopsis/solicitation, Notice of Intent. The Administrative Office in East Lansing, MI, for the Agricultural Research Service of the United States Department of Agriculture intends to issue an award to DNA LandMarks Inc. 84 Richelieu Street., Saint-Jean0sur0Richelieu, Quibec, 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 of the Avian Disease & Oncology Laboratory (ADOL), MWA, ARS, USDA at East Lansing, MI, for a service to genotype 6,000 specific chicken single nucleotide polymorphisms (SNPs) on ~400 unique DNAs. THE MINIMUM REQUIREMENTS INCLUDE: 1. Using a predesigned Affymetrix 15K SNP Array. 2. The amount of DNA per sample required is 200 ng or less of total chicken genome. 3. The vendor must have CSPro certification for Illumina Infinium assays. 4. The vendor must have a fully integrated LIMS (Laboratory Information Management System) for sample tracking to ensure that there are no errors in matching the genotypes to the samples. 5. The vendor must have in place a series of quality control (QC) steps during the SNP genotype processing. 6. Return the data within 30 days of the receipt of the DNAs. 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 DNA Landmarks 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, Contracting Office, East Lansing, Michigan 2. Nature/Description of Action(s) (FAR 6.303-2(a)(2)). 3. Description of Supplies/Services (FAR 6.303-2(a)(3 a. This contracting action is to obtain consistent and compatible data with a previous project where DNA Landmarks was the sole purchaser of Illumina SNP chips as well as processing them. Because of this, they will utilize previous data. Specifically, the vendor has the records of SNPs that were previously tested and the records that show what is known to work and the "cluster score" of the SNPs will have been determined. For those SNP 's not previously run, this vendor has the knowledge from previous work done for us, how to score what is a valid genetic marker. 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 unique in that it can provide the service at this location that is paramount and justified id the study and data collection are to be successfully completed. 6. Federal Business Opportunities - FedBizOpps.gov (FBO) Announcement/Potential Sources (FAR 6.303-2(a)(6). As per the terms of this announcement as this is the first and (anticipated) only need for this specific combination of product and service. 7. Determination of Fair and Reasonable Cost (FAR 6.303-2(a)(7). A price analysis determined the price to be fair and reasonable. 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 nature of the item needed, 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: Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d795f528c8c7f80bb734a72ff4c100ba)
 
Place of Performance
Address: 4279 E. Mt. Hope Rd., East Lansing, Michigan, 48823, United States
Zip Code: 48823
 
Record
SN03435736-W 20140725/140724000331-d795f528c8c7f80bb734a72ff4c100ba (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.