Search Contract Opportunities

RNA Extraction and RNA Sequencing

ID: 12305B25Q0034 • Type: Synopsis Solicitation

Description

This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in subpart 12.6, and is being conducted according to FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

(ii) The solicitation number and a statement that the solicitation is issued as a request for quotation (RFQ).

(iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAR FAC 2025-06 January 3, 2025.

(iv) This is a Total Small Business set aside and the associated NAICS code is 541380 and the small business size standard is $19 Million.

(v) See attached document Statement of Work.

(vi) USDA, Agriculture Research Service (ARS), National Center for Cool and Cold-Water Aquaculture (NCCCWA) requires total RNA extraction and mRNA sequencing of 120 frozen samples of rainbow trout whole-body tissue. Contractor shall provide all services, supplies, equipment and facilities necessary for total RNA extraction and mRNA sequencing of 120 frozen samples of rainbow trout whole-body tissue homogenized in Trizol.

*See attached Statement Work for additional information*

(vii) Performance location: USDA, ARS, NCCCWA, 11861 Leetown Rd, Kearneysville, WV 25430.

(viii) Provision at 52.212-1, Instructions to Offerors Commercial Products and Commercial Services, applies to this acquisition.

(ix) Provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition. The Government intends to award a Firm Fixed-Price (FFP) contract. The award will be made on the basis of Lowest Price Technically Acceptable (LPTA). "LPTA" means, the expected outcome of the acquisition, that results from the selection of the lowest evaluated price (evaluated as total cost of all line items) is a technically acceptable quotation, that fully meets all specifications listed. Only the lowest priced quote will be evaluated for technical acceptability (based on the specifications). The next lowest offer will only be evaluated if the aforementioned quote is not found technically acceptable (and so on). Only one award will be made under this solicitation based on availability of funding.

In order to be considered for award OFFERORS SHALL SUBMIT THE FOLLOWING:

(a) Submit documentation showing technical capability to meet or exceed Performance Elements and Benchmarks in the Statement of Work.

(b) Submit Firm Fixed Price quotation (quote on company letterhead) detailing the item description, total price and valid for at least 60 days after receipt of quote. Item delivered FOB Destination inclusive of all costs.

(c) Submit Unique Entity ID (UEI) with quotation.

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.

(x) Offers must have a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, uploaded on Sam.gov by the time quotes are due.

(xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition.

(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services, applies to this acquisition. See attached clauses for additional applicable clauses.

(xiv) All questions regarding this announcement must be submitted in writing to the Contracting Specialist, via email to dilynn.rogers@usda.gov by 14 January 2025. Telephone requests for information will not be accepted or returned. Quotes are due on 17 January 2025 NLT 9am EST by email to, Dilynn Rogers at dilynn.rogers@usda.gov.

DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Government's best interest.

Background
The USDA, Agriculture Research Service (ARS), National Center for Cool and Cold-Water Aquaculture (NCCCWA) is seeking a contractor for RNA extraction and mRNA sequencing of rainbow trout samples. The goal of this contract is to perform total RNA extraction and sequencing on 120 frozen samples of rainbow trout whole-body tissue homogenized in Trizol, ensuring high-quality results that meet specified performance benchmarks.

Work Details
The contractor shall provide all services, supplies, equipment, and facilities necessary for total RNA extraction and mRNA sequencing of 120 frozen samples of rainbow trout whole-body tissue homogenized in Trizol. Specific tasks include:

1. Extracting and quantifying total RNA, ensuring a minimum concentration of >250ng/uL and volume >200uL stored in nuclease-free water.

2. Re-extracting total RNA until quality requirements are met, with A260/A280 values between 1.8 to 2.0 and RIN values greater than 7 as evaluated by BioAnalyer RNA chip or similar.

3. Performing standard Illumina RNA-seq library preparation using Illumina technology with PE 150 cycles.

4. Achieving a minimum data output of 40 million paired-end reads per sample with over 85% of bases having QC≥30 in standard fastq format.

5. Implementing quality control steps during RNA extraction, library preparation, and sequencing.

6. Returning remaining total RNA in labeled microcentrifuge tubes shipped overnight with dry ice.

7. Delivering RNA sequencing data for all samples along with a Final Project Report detailing the processes undertaken.

Period of Performance
All deliverables must be completed within 30 days from receipt of all 120 samples, with the initial provision of all samples expected within 60 days after contract award.

Place of Performance
USDA, ARS, NCCCWA, 11861 Leetown Rd, Kearneysville, WV 25430.

Overview

Response Deadline
Jan. 17, 2025, 9:00 a.m. EST Past Due
Posted
Jan. 7, 2025, 5:47 p.m. EST
Set Aside
Small Business (SBA)
Place of Performance
Kearneysville, WV 25430 United States
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
Signs of Shaping
69% of obligations for similar contracts within the Agricultural Research Service were awarded full & open.
On 1/7/25 ARS Northeast Area issued Synopsis Solicitation 12305B25Q0034 for RNA Extraction and RNA Sequencing due 1/17/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541380 (SBA Size Standard $19 Million) and PSC B529.
Primary Contact
Name
Dilynn Rogers   Profile
Phone
(301) 504-3691

Documents

Posted documents for Synopsis Solicitation 12305B25Q0034

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 12305B25Q0034

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 12305B25Q0034

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 12305B25Q0034

Additional Details

Source Agency Hierarchy
AGRICULTURE, DEPARTMENT OF > AGRICULTURAL RESEARCH SERVICE > USDA ARS NEA AAO ACQ/PER PROP
FPDS Organization Code
12H2-12305B
Source Organization Code
500033629
Last Updated
Feb. 1, 2025
Last Updated By
dilynn.rogers@usda.gov
Archive Date
Feb. 1, 2025