Federal Bid

Last Updated on 14 Sep 2012 at 8 AM
Combined Synopsis/Solicitation
Columbia Missouri

Transcriptomic analysis of dehydrating grass leaves

Solicitation ID AG-64PP-S-12-BB06
Posted Date 13 Aug 2012 at 6 PM
Archive Date 14 Sep 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Usda Ars Mwa Aao Acq/Per Prop
Agency Department Of Agriculture
Location Columbia Missouri United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation No. AG-64PP-S-12-BB06 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. The NAICS code applicable to this acquisition is 541712. For a small company to qualify as a small business, the small business standard is 500 employees or less. The USDA, ARS, MWA, Plant Genetics Research Unit, Columbia, MO has a
requirement/need for transcriptomic analysis of twelve (12) samples of dehydrating grass leaves; The starting material will be provided by Plant Genetics Research Unit, Columbia, MO. CLIN No. 1 - Determination of transcriptomes of the grass leaves by standard RNASeq/Illumina technology that involves library construction -THE SALIENT CHARACTERISTICS: (1) For transcriptomic analysis, the contractor must provide full service from total RNA to quality assembled sequence contigs for each sample and initial statistical evaluation for expression profiling analysis . The researchers at Plant Genetics Research Unit (PGRU) will provide total RNA. The contractor will prepare libraries, ensure their quality, and sequence. The samples can be multiplexed for sequencing but it is preferred that there be a minimum of 25 million reads per sample. Notify the PGRU researchers and get permission to proceed the procedure if QC fails for any sample. The contractor will deliver the appropriate sequence and analysis files to the PGRU researcher not more than 60 days after samples are supplied.

DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, and unit price per item and total price; 2) at least 3 to 5 references. (Government references preferred but will accept commercial references). References shall be provided for the service proposed and if possible include the email address of the person to be contacted; and 3) Offerors shall include a completed copy of the provisions FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.acquisition.gov/comp/far/loadmainre.html; 4) a complete copy of AGAR Advisory 104 (attached).

REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Quote); FAR 52.204-7, Central Contractor Registration (ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE IN ORDER TO RECEIVE AN AWARD) The website address for registration is: http://www.sam.gov; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-2, Buy American Act Certificate ; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html.

DELIVERY: FOB Destination. DELIVERY TO: USDA-ARS-Plant Genetics Reseach Unit, Columbia, Missouri. QUOTE PRICE MUST INCLUDE any freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery on or before 60 days ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation.

FAR 52.212.-2, EVALUATION - COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government. EVALUATION & AWARD FACTORS - The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, cost, and other factors considered. Each Quote shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each quote based solely on the information furnished and not on previous knowledge or associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated against the technical capability of the item offered to meet the Government requirement. B) Delivery. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish Quotes to Karen L. Reddick, Contracting Officer, USDA, ARS, MWA, 403 Vandiver Drive, Suite D, Columbia, MO 65202, no later than 2:00 p.m., August 22. Quotes and other requested documents may be provided by facsimile to (573) 449-6148 or by email: [email protected], if desired. Additional information may be obtained by contacting the Contracting Officer at (573) 875-5291 or email below.

Bid Protests Not Available

Similar Past Bids

Hall New york 24 Apr 2009 at 12 PM
Cincinnati Ohio 19 Mar 2020 at 8 PM
Location Unknown 19 Mar 2020 at 4 AM
Forrest city Arkansas 09 Sep 2019 at 9 PM
Elizabeth city North carolina 22 Jan 2015 at 12 PM

Similar Opportunities

Location Unknown 28 Jul 2025 at 8 PM
Hill air force base Utah 30 Nov 2027 at 4 PM
Hill air force base Utah 30 Nov 2027 at 4 PM