RNA Extraction and RNA Sequencing
ID: 12305B25Q0034Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS NEA AAO ACQ/PER PROPBELTSVILLE, MD, 20705, USA

NAICS

Testing Laboratories and Services (541380)

PSC

SPECIAL STUDIES/ANALYSIS- SCIENTIFIC DATA (B529)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 7, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 7, 2025, 12:00 AM UTC
  3. 3
    Due Jan 17, 2025, 2:00 PM UTC
Description

The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking proposals for RNA extraction and mRNA sequencing services for 120 frozen samples of rainbow trout tissue at its National Center for Cool and Cold Water Aquaculture (NCCCWA) in Kearneysville, West Virginia. The contractor will be responsible for providing all necessary services, supplies, equipment, and facilities to achieve specific performance benchmarks, including extracting total RNA with a minimum concentration of 250ng/uL and generating at least 40 million paired-end reads per sample. This procurement is crucial for advancing aquaculture research and ensuring high-quality RNA analysis, which is vital for scientific understanding in the field. Interested small businesses must submit their quotations and technical capability documentation by January 17, 2025, with inquiries directed to Dilynn Rogers at dilynn.rogers@usda.gov.

Point(s) of Contact
Files
Title
Posted
Jan 7, 2025, 11:04 PM UTC
The document outlines the terms and conditions applicable to federal government contracts for commercial items under the Federal Acquisition Regulation (FAR) as of January 3, 2025. It emphasizes the incorporation of various clauses by reference that govern contract execution, including maintenance of the System for Award Management, reporting requirements for biobased products, and specifications for government property. Additionally, detailed stipulations regarding the Federal Acquisition Supply Chain Security Act (FASCSA) orders are standard, prohibiting contractors from using specific "covered articles" as set forth by the Department of Homeland Security, Department of Defense, and Director of National Intelligence. The document also highlights contractors' obligations to report any non-compliance with FASCSA orders and mandates quarterly checks for updated orders within the System for Award Management. Furthermore, clauses ensure compliance with federal laws related to labor standards, equal employment opportunity, and the prohibition of contracting for certain telecommunications and surveillance services. Overall, the document reinforces the government's commitment to regulatory compliance, security, and fair labor practices in its acquisitions, ensuring responsible and ethical procurement processes.
Jan 7, 2025, 11:04 PM UTC
The USDA's Agricultural Research Service (ARS), through its National Center for Cool and Cold Water Aquaculture (NCCCWA), is requesting proposals for total RNA extraction and mRNA sequencing from 120 frozen samples of rainbow trout tissue. The contractor must provide comprehensive services, including equipment and facilities to fulfill all specified performance benchmarks. Key requirements include: extracting total RNA with a minimum concentration of 250ng/uL, achieving specific quality metrics (A260/A280 between 1.8-2.0, RIN value >7), conducting standard Illumina RNA-seq library preparation, and generating at least 40 million paired-end reads per sample. Quality control during the process is mandated, and remaining RNA must be returned properly labeled. Deliverables also include sequencing data and a Final Project Report to be submitted within 30 days of sample receipt. This contract reflects the USDA's commitment to aquaculture research and the need for high-quality RNA analysis to enhance scientific understanding within the field.
Jan 7, 2025, 11:04 PM UTC
The provided document appears to be a corrupted or non-standard file, producing a series of jumbled characters and symbols rather than coherent text. Given the lack of identifiable content, a clear topic or purpose related to government RFPs, federal grants, or state/local RFPs cannot be discerned. The expected structure, typically inclusive of sections addressing project scope, guidelines, objectives, and detailed criteria for evaluation or funding, is absent. Consequently, summarization of key points, ideas, or themes is unfeasible as the material does not contain interpretative or actionable information relevant to the contexts typically associated with governmental documentation. A complete reset or examination of the original file may be necessary to generate an accurate summary.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
58--ACOUSTIC TRANSMITTERS
Buyer not available
The U.S. Geological Survey (USGS) is conducting market research to identify qualified businesses capable of providing acoustic transmitters for studying juvenile salmonid survival at Lookout Point Dam in Oregon. The required transmitters must meet specific technical specifications, including the use of binary phase shift keyed (BPSK) coding, a unique 4-place alphanumeric code ID, and operational capabilities within a temperature range of 0 to 31 degrees Celsius, among other criteria. These acoustic transmitters are crucial for monitoring fish populations and ensuring the effectiveness of conservation efforts. Interested vendors must submit a product data sheet detailing their capabilities via email to Yangzhi Deng at yangzhideng@usgs.gov by April 15, 2025, at 12:00 PM PST, as hardcopy submissions will not be accepted.
Green Peter Dam Spawning Surveys 2025
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for a contract to conduct Spring Chinook Salmon spawning surveys above Green Peter Dam from May 2025 to April 2026. The contractor will be responsible for collecting biological data through weekly spawning surveys, carcass counts, and reporting, which are essential for supporting salmon conservation efforts in the region. This initiative underscores the government's commitment to wildlife management and ecological sustainability, with the contract set aside exclusively for small businesses under NAICS Code 541990, with a budget cap of $19.5 million. Interested parties must submit their quotes by April 21, 2025, and ensure they are registered in the System for Award Management (SAM) to be eligible for award; for further inquiries, contact Rattiya Oaks at rattiya.p.oaks@usace.army.mil or Justin Figueredo at Justin.F.Figueredo@usace.army.mil.
LAB TESTS AND REAGENTS KITS
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Illumina, Inc. for the procurement of various Next Generation Sequencing (NGS) reagent kits essential for their laboratory operations. The required items include specific Illumina reagent kits, which are critical for conducting NGS and are exclusively manufactured by Illumina, making them unavailable from other suppliers. Interested vendors who believe they can provide equivalent products are invited to submit a capability package to the primary contact, Ms. Van Holley, by 9:00 AM ET on April 17, 2025, with no costs incurred by the government for submissions. Contractors must be registered with the System for Award Management (SAM) to participate in this procurement process.
SEED EXTRACTION & PROCESSING 2025
Buyer not available
The Bureau of Land Management (BLM) is seeking qualified contractors to provide seed extraction and processing services for two seed orchards in Oregon, specifically the Walter Horning Seed Orchard and the Travis Tyrrell Seed Orchard. The procurement aims to secure services for extracting, processing, and delivering seeds from conifer cones to meet reforestation standards, with a focus on maintaining quality during extraction and adaptability to environmental changes affecting cone quality and quantity. This contract is vital for supporting reforestation efforts and ensuring the availability of high-quality seeds for future planting. Quotes are due by May 10, 2025, with the contract period of performance running from September 1, 2025, to May 31, 2026. Interested parties can contact Shane Mundt at smundt@blm.gov or by phone at 406-594-9282 for further information.
Ultra Low -86 degrees temperature Upright-style Freezer with racks
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotes for the procurement of an Ultra Low -86 degrees temperature upright-style freezer with racks, as part of a Total Small Business set-aside solicitation. The freezer is intended to replace a failed archival tissue storage unit and must meet specific requirements, including a capacity of 24.0 to 25.0 cubic feet, a temperature range of -40°C to -86°C, and the ability to accommodate various storage boxes with designated racks. This equipment is crucial for maintaining sample integrity for research purposes within the USDA's Virus and Prion Unit. Interested vendors must submit their quotes electronically to Brian Brusky at brian.brusky@usda.gov by 5:00 PM Central Time on April 21, 2025, with technical inquiries due by April 16, 2025. All contractors must be registered in the System for Award Management (SAM) to be eligible for award consideration.
B--ID-FWS DWORSHAK-NPDES TESTING FY25
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide National Pollutant Discharge Elimination System (NPDES) testing services at the Dworshak and Kooskia National Fish Hatcheries in Idaho. The contract aims to ensure compliance with clean water standards through periodic testing of water quality parameters, including total phosphorus and total suspended solids, over a performance period from April 1, 2025, to September 30, 2029. This procurement is critical for maintaining environmental integrity and compliance with federal regulations, reflecting the government's commitment to ecological sustainability. Interested vendors must submit their offers electronically by April 14, 2025, and can contact Roger Lockhart at rogerlockhart@fws.gov or 404-679-7124 for further information.
Design and Install a Custom Reverse Osmosis System for National Bio and Agro-Defense Facility
Buyer not available
The U.S. Department of Agriculture (USDA) is seeking qualified small businesses to design and install a custom reverse osmosis (R.O.) system and water softener for the Central Utility Plant (CUP) at the National Bio and Agro-Defense Facility (NBAF) in Manhattan, Kansas. The contractor will be responsible for providing an engineered installation schematic and ensuring that the system meets high water quality standards necessary for research involving zoonotic and agricultural diseases. This procurement is critical for maintaining a secure environment for ongoing research activities, and the USDA aims to award a single firm fixed-price contract on a small business set-aside basis, contingent upon receiving sufficient responses from qualified small businesses. Interested parties should contact David Hildebrand at david.hildebrand@usda.gov for further details, and responses to the sources sought notice must include specific information about the firm’s capabilities and experience by the indicated deadline.
USFWS DALE HOLLOW NFH HATCHERY EFFLU PUMPS
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking proposals from qualified small businesses for the procurement of two effluent pumps for the Dale Hollow National Fish Hatchery in Celina, Tennessee. The contract, identified under solicitation number 140FS325Q0062, requires pumps with a minimum output of over 1600 gallons per minute (GPM) and a discharge head of 65 feet, with the performance period anticipated from April 30, 2025, to July 31, 2025. This procurement is critical for maintaining the operational efficiency of the hatchery, which plays a vital role in fish conservation and management. Proposals are due by April 15, 2025, and interested contractors must provide their SAM Unique Entity Identifier, a completed quote schedule, and past performance records to be considered. For further inquiries, contact Lee Riley at leeriley@fws.gov or call 404-679-4158.
Orchard Irrigation Project
Buyer not available
The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking proposals for the Orchard Irrigation Project at the Appalachian Fruit Research Station in Kearneysville, West Virginia. This project involves the construction of water supply facilities, with a total small business set-aside, and is expected to be awarded as a firm-fixed price contract under the NAICS code 237110. The project magnitude is estimated between $1,000,000 and $5,000,000, with a performance period of 180 days following the Notice to Proceed. Interested vendors should monitor the solicitation, which is anticipated to be released around April 15, 2025, and can contact Elizabeth Wilson at elizabeth.wilson2@usda.gov for further information.
F--OR-SHELDON NWR-LOW TECH STRM RESTORATION
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors for a federal contract focused on the low-tech process-based restoration of degraded streams at the Sheldon National Wildlife Refuge. The project aims to enhance aquatic habitats by implementing restoration techniques that mimic natural structures, specifically along Thousand Creek and Fish Creek, with a performance period from May 1, 2025, to April 30, 2026. This initiative is crucial for improving stream health and biodiversity, aligning with federal and state environmental restoration efforts. Interested small businesses must submit their proposals by April 16, 2025, and can direct inquiries to Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.