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
Illumina MiSeq Instrument Service Agreement
Buyer not available
The U.S. Food and Drug Administration (FDA) is conducting market research to identify small business sources capable of providing a service agreement for the Illumina MiSeq instrument, which is essential for the National Center for Toxicological Research (NCTR). The procurement involves a preventative maintenance and corrective maintenance service agreement, including scheduled on-site visits, unlimited technical support, and adherence to OEM specifications. This service is critical for ensuring the reliability of ongoing research at the NCTR facility in Jefferson, Arkansas. Interested parties must submit their capability statements by April 30, 2025, to Nick Sartain at nick.sartain@fda.hhs.gov, referencing NCTR-2025-128267.
RENTAL OF 230-TON CHILLER (RIVERSIDE, CA)
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotations for the rental of a 230-ton chiller at the US Salinity Laboratory in Riverside, California. The procurement aims to address the urgent need for a replacement chiller, as the existing unit has reached the end of its operational life, posing safety risks and jeopardizing critical agricultural research during high summer temperatures. The selected contractor will be responsible for delivering, installing, and deinstalling the chiller, as well as providing operational training to USDA personnel, with the rental period set from June 1, 2025, to February 28, 2026. Interested parties must submit their quotes electronically to Spencer Hamilton at spencer.hamilton@usda.gov by 12:00 p.m. Pacific Time on May 12, 2025, following the guidelines outlined in the RFQ documentation.
Audio Transcription Services
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide audio transcription services for interviews related to the Wildfire Crisis Strategy (WCS). The contractor will be responsible for delivering clean and accurate transcripts with over 99% accuracy within two weeks of receiving audio files, while ensuring confidentiality and data integrity, as the project involves controlled unclassified information (CUI). This initiative is part of a broader effort to enhance forest management practices in response to increasing wildfire threats in the U.S. West. Proposals are due by May 6, 2025, and interested parties should contact Jocelyn Hayes at Jocelyn.Hayes@usda.gov for further details.
Development and Field Verification of Precision Submersed Herbicide Applications in the Columbia River Basin
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking to award a sole-source contract to Aquatechnex, LLC for the development and field verification of precision submersed herbicide applications in the Columbia River Basin. The objective of this procurement is to enhance techniques for controlling invasive plant populations, such as flowering rush and milfoil, through specialized field services and assessments in collaboration with federal partners and stakeholders. This initiative is critical for improving the efficacy and cost-effectiveness of invasive species management strategies in public water bodies, particularly in Washington, Oregon, Idaho, and Montana. Interested parties must submit their capability statements via email to Amanda Andrews and Sonia Boyd by 11:30 AM Central Time on April 22, 2025, as no competitive proposals will be accepted.
WA COLUMBIA RIVER FPO FISH MARKING IDIQ
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the WA Columbia River Fish Marking Indefinite Delivery Indefinite Quantity (IDIQ) contract, aimed at providing fish marking services across various locations in Washington, Oregon, and Idaho. This procurement seeks to engage multiple awardees to fulfill the requirements for fish marking in jurisdictions including Carson, Cascade Locks, Ahsahka, Estacada, Entiat, Leavenworth, Cook, Underwood, Warm Springs, and Winthrop. The contract is significant for the management and conservation of fisheries resources, ensuring compliance with federal regulations and promoting participation from small and diverse businesses. Interested parties must submit their proposals by May 7, 2025, with the contract period commencing on June 30, 2025, and lasting until June 29, 2030. For inquiries, contact Robert Sung at robertsung@fws.gov or call 503-872-2825.
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.
Soybean Hulls
Buyer not available
The U.S. Department of Agriculture's Agricultural Research Service is seeking quotes for the procurement of 350 tons of loose soybean hulls, which are critical for the dietary needs of livestock in research projects at the U.S. Meat Animal Research Center in Clay Center, Nebraska. The soybean hulls must meet specific nutritional standards, including a minimum of 8% crude protein, at least 0.5% crude fat, and a maximum of 40% crude fiber, with deliveries scheduled to occur between 7:00 AM and 3:30 PM, Monday through Friday, until April 30, 2026. This procurement is vital for supporting research aimed at enhancing livestock nutrition and productivity. Interested vendors must submit their quotes by April 29, 2025, at 2:00 PM EDT, to Laura Nessa at laura.nessa@usda.gov, ensuring compliance with all specified requirements and amendments.
Fishery Observer Support Services for the Northeast Fisheries Science Center Observer Program (NEFOP)
Buyer not available
The U.S. Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for Fishery Observer Support Services under the Northeast Fisheries Science Center Observer Program (NEFOP). The contract will be an Indefinite Delivery, Indefinite Quantity (IDIQ) type, with a five-year ordering period from June 8, 2025, to June 7, 2030, aimed at collecting and analyzing environmental, biological, and fisheries operations data to support sustainable fisheries management. This initiative is crucial for ensuring compliance with federal regulations and enhancing the quality of data collected for fishery management, thereby promoting responsible resource management. Interested small businesses must register in the System for Award Management (SAM) and submit proposals by the specified deadline, with a maximum contract value of $19.9 million, including provisions for travel and training reimbursements. For further inquiries, contact Novelle Key at novelle.key@noaa.gov or Kayla Johnson at kayla.johnson@noaa.gov.
Soybean Oil
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotes for the supply of soybean oil through a combined synopsis/solicitation identified as solicitation number 12805B25Q0099. The procurement aims to secure a firm fixed price purchase order for soybean oil, which is essential for research and development activities at the U.S. Meat Animal Research Center located in Clay Center, Nebraska. This opportunity is set aside for small businesses, with a focus on compliance with various Federal Acquisition Regulations (FAR) and an evaluation methodology based on the Lowest Price Technically Acceptable (LPTA) criteria. Interested vendors must submit their quotes by 4:00 p.m. Central Time on April 28, 2025, to James Porter at james.porter@usda.gov, ensuring all required documentation is included for consideration.
Direct Management Systems Building Automation Preventative Maintenance/Repair
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified contractors for the Direct Management Systems Building Automation Preventative Maintenance and Repair at the Appalachian Fruit Research Station in Kearneysville, West Virginia. The contract, identified as solicitation number 12305B25Q0050, requires comprehensive preventative and emergency repair services for the Building Management Systems, with a performance period spanning from August 1, 2025, to July 31, 2030, including four optional extension years. This procurement is critical for maintaining operational integrity and enhancing agricultural research productivity, as the contractor must be an authorized representative of Schneider Electric, capable of servicing specific software and control systems. Interested parties must submit their quotations electronically by May 7, 2025, and direct any questions to Monte Jordan at monte.jordan@usda.gov by April 30, 2025.