Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2020 SAM #6800
SOURCES SOUGHT

B -- Genomic Testing Service Contract - Sources Sought

Notice Date
7/10/2020 1:35:26 PM
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
USDA ARS MWA MADISON LSS MADISON WI 53706 USA
 
ZIP Code
53706
 
Solicitation Number
12561520Q00051SS
 
Response Due
7/15/2020 3:00:00 PM
 
Archive Date
07/30/2020
 
Point of Contact
Aaron Dimeo, Laura Jones
 
E-Mail Address
aaron.dimeo@usda.gov, laura.jones@usda.gov
(aaron.dimeo@usda.gov, laura.jones@usda.gov)
 
Description
A market survey is being conducted to determine if there are adequate Small Business, SBAcertified HUBZone, SBA-certified 8(a), Women-Owned, or Service Disabled Veteran-Owned Small Business (SDVOSB) contractors available for a proposed project who meet the specific criteria outlined below. This is a SOURCES SOUGHT NOTICE ONLY. This is not a solicitation Announcement or Request for Quote. It does not constitute any commitment by the Government. No award will result from this notice. The purpose is to conduct market research to gain knowledge of potentially qualified sources and to determine the capability of Small Business and/or Large Business companies to provide the supplies/services described below. Responses to this Sources Sought Notice will be used by the Government to make an appropriate acquisition decision. Department of Agriculture (ARS) requests responses from ALL socioeconomic categories in order to gain a more complete understanding of the market for these products and service. The USDA Agricultural Research Service (ARS) will not award a contract on the basis of responses or pay for the preparation of any information submitted. Respondents will not be notified of the results of this notice. After completing an analysis of the responses, the Government will determine whether to limit competition to 8(a), HUBZone, SDVOSB, Women-Owned, or other small business firms, or to proceed with issuing an unrestricted solicitation, inviting full and open competition. The NAICS code for the expected acquisition is 541380 - Testing Laboratories, with a Size Standard of $16.5 Million and the PSC is B529. Any subsequent procurement will be conducted as a commercial item purchased in accordance with FAR Part 12 and as a Simplified Acquisition Procedure in accordance with FAR Part 13. � The Department of Agriculture (ARS) has the need for the following products: 001) Genomic Testing Service Contract Scope of Work: The USDA-Dairy Forage Research Farm at Prairie du Sac, WI will be seeking quotes on a service contract for genomic testing of Holstein and Jersey animals in the farm research herd, via testing of tissue sample units (TSU) or blood cards. The contract is for processing 200 samples with a base period and four option years. Background:� Herd genomic sampling is an important part of evaluating which young stock (heifers) to keep for the dairy production herd and which to sell. Genomic sampling provides relevant trait information that the herd manager uses for making breeding decisions and about the suitability of keeping animals in the dairy herd. Technical Requirements:� Processing 200 TSU or blood card samples from Holstein and Jersey animals using industry best practices to evaluate key traits that are important for improved dairy health and production. Contractor�s Key Personnel: The vendor�s personnel must have experience in processing genomic samples to meet the herd manager�s needs. Government Furnished: The US Dairy Forage Farm will provide up to 200 TSU or blood card samples for processing. Key Deliverables: Genomic testing of Holstein and Jersey animals via testing of tissue sample units (TSU) or blood cards of up to 200 samples. Delivery:� Samples will need to be processed as soon as possible, and/or before 09/30/2020. After which a new annual contract would be enacted if an option year is exercised. The vendor shall provide all items F.O.B: destination. Location of the Government site is aboard USDA-ARS Prairie du Sac, WI and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract with a base period and four option years. Capability Statement: Companies who have the experience, as well as an interest in doing business with ARS, should submit a Capabilities Statement which, for this notice, is not expected to be a proposal, but rather short statements regarding the company�s ability to demonstrate their expertise and experience in relation to the areas specified in this notice. Companies should also indicate whether they are a Small Business, SBA-certified HUBZone, SBA-certified 8(a), SDVOSB, or Women-Owned Small Business. To be eligible, all vendors must be registered in the System for Award Management (SAM) with a current and active registration. A DUNS (Dun and Bradstreet) number is required in order to register in SAM. A vendor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS.�Vendor must include their DUNS# on their capability statements. Submitting a Capability Statements: Responses should be submitted via email by Wednesday, July 15, 2020 at 5:00 p.m. (CST) to the attention of Aaron Dimeo at aaron.dimeo@usda.gov. Telephone inquiries will not be accepted. Questions should be directed to Aaron Dimeo at aaron.dimeo@usda.gov by no later than Tuesday, July 14, 2020 at 12:00 p.m. (CST). Disclaimer: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate.� Respondents are also advised that under no obligation to acknowledge receipt of information or provide feedback about any of the information received.� After review of the responses received, the Government may issue a pre-solicitation synopsis and solicitation. No proprietary, sensitive, confidential or classified information shall be included with your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8e4230491c2642ec8526eaef56c40870/view)
 
Place of Performance
Address: Prairie du Sac, WI 53578, USA
Zip Code: 53578
Country: USA
 
Record
SN05718130-F 20200712/200710230201 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.