Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 09, 2016 FBO #5160
SOURCES SOUGHT

B -- DNA sequencing, gene synthesis, molecular biology and genomic services - Attachment_1781855

Notice Date
1/7/2016
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
APHIS-CPHST-SS-16-781855
 
Archive Date
2/12/2016
 
Point of Contact
Carol R. Dingess, Phone: 970-494-7360
 
E-Mail Address
carol.dingess@aphis.usda.gov
(carol.dingess@aphis.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Interested vendors please complete and return Attachment_1 The U.S. Department of Agriculture, Animal Plant Health Inspection Services, Center for Plant Health Science and Technology (USDA/APHIS/CPHST) (Office of Edinburg, TX, is conducting a market survey to determine the availability and technical capability of qualified commercial and nonprofit businesses capable of providing DNA sequencing, gene synthesis, molecular biology and genomic services. This will be a Blanket Purchase Agreement for a five year period. The APHIS-CPHST Lab in Edinburg, Texas is involved in multiple molecular diagnostic programs that require DNA sequencing of samples. These samples are used to generate new molecular tools and to provide identifications to intercepted invertebrates. In both cases these DNA sequences will be used to make quarantine and regulatory decisions that have associated economic costs. Therefore, we require a Sanger DNA sequencing service that can provide DNA sequences with ≥99% accuracy for at least 800 DNA nucleotides with process requests of up to 300 samples at a time. Because much of the projects are time sensitive, the turn around time should be less than two business days and the failure rate due to combined human error and instrument error must be below 0.5%. The contractor must be able to receive samples sent via overnight shipment and be able to analyze samples sent at room temperature during transport. DNA sequencing is the process of deciphering the nucleotide (i.e., A, C, T, G) arrangement within nucleic acids (DNA, RNA, etc.). This information can be used to identify pest/non-pest species either directly by comparing the DNA sequences (i.e., DNA barcoding) or indirectly by using the sequences to develop alternate DNA-based techniques of analysis. Deciphering the DNA sequence of various species and populations is crucial for the development of all molecular diagnostic tools. There are various methods in use today where DNA sequencing is performed. Sanger sequencing involves chemical reactions that incorporate four different fluorescent dyes to DNA molecules such that each type of nucleotide is specifically labeled. The labeled DNA molecules are separated using an instrument called a DNA Sequencer. The DNA Sequencer includes optical sensors and computer software that can decipher the different dye labels and reconstruct the DNA sequence. These instruments are relatively expensive and are designed to perform optimally using specific chemical dyes, software, and reagents. Various companies/institutions provide DNA sequencing services but often use different manufacturers/models of instruments and different chemical recipes for the initial sequencing reactions. As a result, the quality of the deciphered DNA sequences can vary based on sequence length and nucleotide confidence. In addition, the laboratory set-up, available computer system for sample submittal/retrieval, and general staffing levels can influence the turn-around time of the deliverable product (i.e., DNA sequences). Interested sources are encouraged to complete and return Attachment 1 to the contracting office. Telephonic inquiries will not be honored. Please email all questions regarding subject item(s) prior to Sources Sought closing date to Carol.Dingess@aphis.usda.gov. This is not a request for competitive proposals, but instead a market research method to determine interested sources. A determination by the Government not to compete this requirement based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No requests for capability briefings will be honored as a result of this notice. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. Please provide Duns Number, and point of contact information. The Government will not award a contract based on the information received, nor reimburse participants for information or samples they provide. Information or materials provided is strictly voluntary. Please Email or Fax Attachment 1 to Carol Dingess at Carol.Dingess@aphis.usda.gov. fx# 970-472-1897 Email is the preferred method of communication. Questions must be submitted in writing via email or fax by 01/21/2016 Please be sure to include notice # APHIS-CPHST -SS-16-781855 on subject line. Telephonic inquiries will not be honored. Closing date for submissions of Statements of Capability is Jan 28, 2016 at 4:00PM MT. Anyone wishing to do business with the USDA must be listed in the government's System for Award Management Registrar now known as SAM. You may register on line with http://sam.gov A prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from a solicitation. Vendors may obtain information on registration and annual confirmation requirements via the SAM database accessed through http://sam.gov or by calling Central Contractors Registration @ 1-866-606-8220 Anyone doing business with the USDA must also obtain a Dunn and Bradstreet number. If your company does not have a DUNS number, you may contact Dun and Bradstreet directly to obtain one by calling 1- 866-705-5711or via the following website: http://fedgov.dnb.com/webform The associated North American Industrial Classification System (NAICS) code for this requirement is 541380 Testing Laboratories. The Small Business Size Category is $15 Mil. The Government intends to provide all information regarding this notice via this web site. The Federal Government is not responsible for notifications to offerors regarding notices, solicitations or amendments. It is the Vendor's responsibility to check this web site www.fbo.gov periodically for updates. Telephone and email requests will not be accepted
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/APHIS-CPHST-SS-16-781855/listing.html)
 
Place of Performance
Address: Moore Air Base - Bldg. 6414, 22675 N. Moorefield Rd., Edinburg, Texas, 78541, United States
Zip Code: 78541
 
Record
SN03985873-W 20160109/160107234913-d9b991dc8b2242dac389f09ce1372d43 (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.