From: Federal Government(Federal)
Basic Details | Start Date01 Sep, 2020 (about 3 years ago)Due Date15 Sep, 2020 (about 3 years ago) |
Customer / Agency | |
Attachments (2) | |
This is a combined synopsis/solicitation for services in which the government intends to acquire in accordance with FAR Part 13, Simplified Acquisitions Procedures. Department of Commerce (DOC), National Oceanic & Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Alaska Fisheries Science Center, Auke Bay Laboratories has a requirement for next generation sequencing supplies.The Auke Bay Laboratories Genetics Program has an Illumina MiSeq instrument, a next-generation DNA sequencer. The Genetics Program in currently transitioning from existing genetic protocols to a plethora of next-generation sequencing protocols, including but not limited to Genotyping-in-Thousands by sequencing (GT-seq), restriction site-associated DNA sequencing (RAD-seq), and whole genome resequencing. We will need the DNA specified in this order to be able to complete these protocols and transition from current microsatellite and SNP markers to these more efficient methods. These DNA
oligos are necessary to create DNA libraries that will then be sequenced on our Illumina MiSeq platform.These materials will allow us to:Transition existing lab protocols for analysis of microsatellite and SNP markers to more efficient next-generation sequencing protocols for the MiSeq instrument.Optimize and perform GT-seq for bycatch analyses and begin using GT-seq as primary means of bycatch analysis.Optimize and perform whole genome resequencing protocols.Optimize and perform RAD-seq for many applications, including species identification and population structure.Purchase DNA oligos to perform RADseq, GTseq, and whole genome resquencing protocols. These include primers for GTseq, adapters for RADseq, and primers for whole genome resequencing. See attached Statement of Work for more information. All interested concerns must submit a quotation and documentation demonstrating the qualifications to provide services as described above within fifteen (15) days of the publication date of this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation has been issued. A firm-fixed order is anticipated to be issued in within 24 hours of closing date and time. All responses must be in writing and include pricing and technical information to evaluate best value. Email must include ABL-20095 in subject line and emailed to
heather.mahle@noaa.gov.Emailed Correspondence or Response to Solicitation should reference solicitation # ABL-20095 , in the Subject line to ensure it is received successfully. Evaluation and resulting award anticipated to within 28 hours of response date.This is a simplified acquisition with an estimated value of less than $150,000.00. The following provisions and clauses shall apply to this solicitation and resultant award. The provisions and clauses may be downloaded at
http://www.acqnet.gov/far*** All contractors doing business with this Acquisition Office must be registered and active in the System for Award Management (SAM). No Award can be made unless Cotnractor/Vendor is registered and active in SAM. For additional information visit
www.sam.gov. In order to register with SAM and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at
www.dnb.com/eupdate or by phone at (800) 333-0505.