Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2015 FBO #4872
SOLICITATION NOTICE

B -- Genotyping Cattle - SF18

Notice Date
3/26/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Agricultural Research Service - Plains Area
 
ZIP Code
00000
 
Solicitation Number
AG-6538-S-15-0039
 
Archive Date
4/20/2015
 
Point of Contact
Donita J. Furman, Phone: 402-762-4145
 
E-Mail Address
donita.furman@ars.usda.gov
(donita.furman@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quotation The USDA, Agricultural Research Service (ARS), U.S. Meat Animal Research Center (USMARC) has a project that requires genotyping cattle for large numbers of markers concordant with current genotypes in the population. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 (current as of FAC 2001-24), 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. The NAICS is 541380. The Solicitation number AG6538S150039 is issued as a Request for Quotation (RFQ). The description of items and clauses incorporated in this synopsis/solicitation are applicable to this procurement and will be incorporated into any resultant purchase order. The goal of this project is to determine genomic associations of markers with cattle phenotypes for feed intake, weight gain, and susceptibility to bovine respiratory disease complex. The cattle population is a subset of the germplasm evaluation program, a large beef cattle resource herd, which has been extensively genotyped for markers on the Illumina BovineHD genotyping array. In order for these ungenotyped animals to have utility through imputation techniques, these animals must be genotyped for a broad marker set spanning the entire genome using a subset of markers from the Illumina BovineHD. Additional bulls (parents of these animals) will also need to be genotyped using the Illumina BovineHD genotyping array. These markers can be used in selection programs to reduce the increase the efficiency of gain for steer and heifers during high growth periods and to reduce the incidence of bovine respiratory disease complex. The work supports the Center's missions of increasing the production efficiency of safe, high-quality food products. Technical Requirements: The provider must genotype DNA from 2437 animals for a subset of markers found on the current Illumina BovineHD(SNP770K) BeadChip®. We expect the subset to be a panel of 20,000 to 30,000 markers with approximately equal spacing across all bovine chromosomes. In addition, the provider will genotyped DNA for 240 sires of these animals for the identical marker set the currently exists on the Illumina BovineHD BeadChip®. Finally, the provider will genotype a minimum of 25 and a maximum of 75 animals for a subset of markers found on the current Illumina BovineHD BeadChip®. We expect this second subset of markers to be a panel of 75,000 or 150,000 markers with approximately equal spacing across all bovine chromosomes. All resulting genotypes must be returned to USMARC. All data needs to be available for USMARC download by July 1, 2015. SAM: Vendor must be registered in the System for Award Management prior to the award of the contract. You may register by going to www.sam.gov. You will need to your Tax ID, Duns Number, Bradstreet number and banking information. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Please note on your proposal if you will accept a government purchase (VISA) card. This is a Buy Best Value acquisition. The Government will award a Purchase Order resulting from this Request for Quotes to the responsible offeror whose quote is conforming to the solicitation and represents the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: EVALUATION FACTORS FOR AWARD 1. Past Performance - Quotes will be evaluated based on the offeror's past performance as provided by the offeror's references. 2. Offeror's Technical Solution- The Government will evaluate the performance of the offeror's product for capability and performance. 3. Quality and Reliability- Quotes will be evaluated on the offeror's product for its level of Quality and Reliability. 4. Price- The quoted price is fair and reasonable. NOTE: All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. Factors and sub-factors are prioritized in the following order of importance (i.e. most important first, least important last) for award evaluation 2, 3, 1, 4. The Government will evaluate quotes for award purposes, considering the evaluation factors above, and will award to that offeror whose proposal represents the best value to the Government. All sources wishing to provide a quotation must respond by 3:30 PM, April 5, 2015. Quotations should be addressed to USDA Agricultural Research Service, State Spur 18D Bldg 1, Clay Center, NE 68933. POC Donita Furman, Purchasing Agent, 402-762-4145. Faxed or emailed responses are acceptable. All responses will be evaluated to determine the company's capability to meet the above requirements. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. Applicable Provisions: The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.204-7 System for Award Management: AGAR 452.204-70 Inquiries; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications/support, and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/efcee679eaa2fba452fc5b8c5e8c6861)
 
Place of Performance
Address: State Spur 18D Bldg 1, Clay Center, Nebraska, 68933, United States
Zip Code: 68933
 
Record
SN03680477-W 20150328/150326235753-efcee679eaa2fba452fc5b8c5e8c6861 (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.