Sequencing of premade, pooled DNA libraries using Illumina NovaSeq (PE150) sequencing for the USDA, ARS, PIRU in Logan, UT
ID: 12905B25Q0018Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS PWA AAO ACQ/PER PROPALBANY, CA, 94710, USA

NAICS

Research and Development in Biotechnology (except Nanobiotechnology) (541714)

PSC

SPECIAL STUDIES/ANALYSIS- SCIENTIFIC DATA (B529)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 21, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 21, 2025, 12:00 AM UTC
  3. 3
    Due Jan 27, 2025, 8:00 PM UTC
Description

The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified small businesses to provide sequencing services for premade, pooled DNA libraries using the Illumina NovaSeq X Plus system at the Pollinating Insect Research Unit in Logan, Utah. The procurement involves sequencing 10 sample sets of animal, short-insert DNA libraries, which must be sequenced as a complete lane on a 10B flow cell, yielding approximately 375 GB of high-quality data. This initiative is crucial for advancing genomic research, emphasizing the importance of data quality and secure transfer in federal scientific projects. Interested contractors must submit their quotes by January 27, 2025, at 3 PM EST, and direct any inquiries to Shelley C. Steen at shelley.steen@usda.gov.

Point(s) of Contact
Files
Title
Posted
Jan 22, 2025, 1:04 AM UTC
The USDA-ARS-PIRU requires sequencing for 10 sets of premade, pooled DNA libraries utilizing the Illumina NovaSeq X Plus system. Each library consists of animal, short-insert samples prepared with unique dual-indexing adapters and must be sequenced as a complete lane on a 10B flow cell, yielding approximately 375 GB of high-quality data. Prior to sequencing, each library will undergo a quality check, with results shared with researchers. Post-sequencing, data quality must also be verified, and the finalized sequence data should be provided in FASTQ format via secure methods, returning within a month of submission. Although data can be demultiplexed or combined, researchers are preferred to handle demultiplexing. Sample submissions will be sequential throughout the contract's term. This request reflects the USDA’s aim to advance genomic research through efficient sequencing services, underscoring the importance of data quality and secure transfer in federal scientific projects.
Jan 22, 2025, 1:04 AM UTC
The document is a Request for Quotation (RFQ) # 12905B25Q0018 from the USDA's Agricultural Research Service, targeting DNA sequencing of premade, pooled DNA libraries for the Pollinating Insect Research Unit in Logan, UT. The RFQ outlines various terms, conditions, and clauses relevant to the contract, such as options for term extension, payment procedures, and bidder qualifications, including compliance with federal regulations and labor standards. Key provisions include clauses related to the requirement for contractors to maintain a valid registration in the System for Award Management (SAM), adhere to the Inspection and Acceptance process, and fulfill obligations related to small business subcontracting. The RFQ specifies the need for electronic invoice submission via the Invoice Processing Platform, fostering efficient financial transactions. Evaluation criteria center on price and compliance with the solicitation's terms, with the objective of acquiring services at reasonable rates. Overall, this RFQ serves to engage qualified contractors to provide specialized DNA sequencing services while ensuring adherence to administrative and regulatory requirements necessary for federal contracting processes.
Lifecycle
Title
Type
Similar Opportunities
DNA Sequencing Service
Buyer not available
The National Institutes of Health (NIH), specifically the National Institute of Environmental Health Sciences (NIEHS), is seeking information from industry regarding the provision of DNA sequencing services. The objective is to establish a reliable and cost-effective contract for high-quality DNA sequencing that supports ongoing research into the relationship between environmental exposures and human health. This service will primarily involve sequencing biological samples, including yeast colonies and plasmid DNA, using Sanger sequencing and high-throughput methods, along with necessary bioinformatics support. Interested parties can direct inquiries to Tanya Redfearn at shields3@niehs.nih.gov or Sanya Jackson at sanya.jackson@nih.gov, with responses to the request for information (RFI) encouraged but not mandatory for future participation in any potential solicitations.
Nuclear Protein Isolation and Immunoprecipitation and Mass Spectrometry
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service, is seeking qualified contractors to provide services for Nuclear Protein Isolation and Immunoprecipitation and Mass Spectrometry, as outlined in solicitation number 12505B25Q0074. The project aims to validate transcription factors essential for barley's resistance to the powdery mildew pathogen through detailed immunoprecipitation mass spectrometry, requiring proficient protein isolation and bioinformatics analysis to identify target proteins. This procurement is critical for advancing research in plant immunity and enhancing disease resistance in barley, with a contract period from April 14, 2025, to July 1, 2025. Interested parties must submit their quotes electronically by 2:00 PM Central Time on April 4, 2025, and direct any questions to Jeff Kathman at jeffery.kathman@usda.gov.
Ion Gene Studio S5 Plus Next-Generation Sequencer (S/N 2772919030143) Annual Preventive Maintenance & Repair Service
Buyer not available
The Department of Veterans Affairs is seeking potential vendors to provide annual preventive maintenance and repair services for the Ion GeneStudio S5 Plus Next-Generation Sequencer (S/N 2772919030143) at the Central Arkansas Veterans Healthcare System located in Little Rock, Arkansas. The procurement aims to ensure that the sequencer operates efficiently and adheres to manufacturer standards through comprehensive maintenance, including corrective services and software updates. This equipment is vital for the healthcare system's operations, reflecting the government's commitment to maintaining high operational standards for specialized medical equipment. Interested parties must submit their business name, point of contact, DUNS number, and a two-page capability statement via email by April 8, 2025, at 10:00 AM Central Time, with further inquiries directed to Surella Tracy at surella.tracy@va.gov.
Notice of Intent for RNA Oligos Biological Reagents
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through its National Institute of Allergy and Infectious Diseases (NIAID), has issued a Notice of Intent for a sole-source procurement from Integrated DNA Technologies Inc. The procurement involves negotiating for 25 units of A-tag TSO primer 1 umole RNA oligo, along with associated shipping and handling costs. These reagents are critical for in-vitro diagnostic applications, supporting the NIH's ongoing research and development efforts in infectious diseases. Interested vendors are invited to submit capability statements via the NIAID electronic Simplified Acquisition Submission System (eSASS) by April 4, 2025, at 1:00 PM, with all submissions being considered by the Government at its discretion. For further inquiries, contact Leah Hinson at leah.hinson@nih.gov.
MiSeq Silver Support 1301234383
Buyer not available
The Department of Defense, through the Naval Medical Research Center (NMRC), intends to award a sole source contract to Illumina Inc. for comprehensive support services related to the MiSeq system. The contract will encompass a service plan that includes full coverage for parts, labor, and travel, reagent replacement upon hardware failures, preventive maintenance, remote technical support, and on-site applications support, among other requirements. This procurement is critical for maintaining the operational efficiency of laboratory equipment used in medical research, ensuring that the NMRC can continue its vital work. Interested vendors must be registered with the Systems for Award Management (SAM) and have an account in Wide Area Workflow (WAWF) to be eligible for consideration, and inquiries can be directed to Nataki Johnson Lovett at nataki.s.johnsonlovett.civ@health.mil or Jamila Floyd at jamila.a.floyd.ctr@health.mil.
Synthetic DNA Data Storage- Library of Congress Request for Information
Buyer not available
The Library of Congress (LOC) is issuing a Request for Information (RFI) to explore the feasibility of utilizing synthetic DNA for the long-term preservation of its extensive digital collections, which currently exceed 31 petabytes. The objectives include encoding 1.0TB of various data formats—such as video, audio, text, and images—onto synthetic DNA, ensuring high accuracy in the writing process, validating preservation techniques, and documenting the overall process and findings. This initiative is significant as it aims to enhance data preservation methods while supporting the Library's future needs, particularly in light of the upcoming 250th anniversary of the Declaration of Independence. Interested vendors should direct inquiries to Riley Leonhardt at rleonhardt@loc.gov or Betsy Lewis-Matsuoka at bmatsuoka@loc.gov, with the project expected to be completed within one year under a fixed-price contract structure.
BPA for Theileria equi and Babesia caballi test kits at NVSL Ames, IA
Buyer not available
The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is soliciting proposals for a Blanket Purchase Agreement (BPA) to procure diagnostic test kits for Theileria equi and Babesia caballi at the National Veterinary Services Laboratories (NVSL) in Ames, Iowa. The BPA aims to ensure the availability of these essential diagnostic tools to support livestock disease control efforts, with a total ceiling of $2 million for all orders over the contract period from February 1, 2024, to January 31, 2029. Interested vendors are encouraged to submit quotations by January 22, 2026, detailing their pricing, qualifications, and compliance with regulatory requirements, with evaluations based on price, technical capability, and past performance. For further inquiries, vendors may contact Mario Garcia at mario.garcia2@usda.gov or by phone at 919-257-7535.
Bovine Spongiform Encephalopathy (BSE) Surveillance Sample Collection
Buyer not available
The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is seeking vendors to provide Bovine Spongiform Encephalopathy (BSE) sample collection services across various cattle populations in the U.S. The procurement aims to establish multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, focusing on vendors with access to targeted cattle demographics, to enhance the government's BSE surveillance efforts. This initiative is critical for ensuring animal health and public safety, as it involves the collection, documentation, and shipping of brain stem samples for testing, adhering to strict quality control standards. Interested vendors must submit their proposals by 12:00 PM EST on November 20, 2025, with a minimum order requirement of $300 and maximum order limitations not exceeding $2.4 million, while also contacting Amanda Imlach at amanda.imlach@usda.gov for further inquiries.
Hay and Cornstalk Baling IDIQ - RFQ
Buyer not available
The United States Department of Agriculture (USDA) is soliciting quotes for a baling contract (Solicitation Number: 12505B25Q0095) to perform hay and cornstalk baling at the National Animal Disease Center in Ames, Iowa. The contract requires the contractor to cut, condition, rake, and bale approximately 80 acres of mixed grass, alfalfa, and up to 70 acres of cornstalks, adhering to specified quality standards and environmental regulations. This initiative is part of USDA's commitment to agricultural research support, with a total estimated budget of $13.5 million, and operations are scheduled from May 1 to November 30, 2025. Interested contractors must submit their quotes electronically by the specified deadline and can contact Aaron Dimeo at aaron.dimeo@usda.gov or 608-416-0027 for further inquiries.
The United States Department of Agriculture (USDA), Agricultural Research Service (ARS), Pacific West Area Office has a construction requirement for Laboratory Remodel at 9611 S Riverbend Ave, Parlier, CA 93648.
Buyer not available
The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking contractors for a laboratory remodel project at the San Joaquin Valley Agricultural Sciences Center located at 9611 S Riverbend Ave, Parlier, California. The project involves the demolition of non-functional growth units, renovation of the laboratory space, and upgrades to electrical and HVAC systems, with a completion timeframe of 90 days following the Notice to Proceed. This remodel is crucial for enhancing research capabilities and ensuring compliance with USDA standards for scientific environments. Interested small businesses must submit sealed offers by January 24, 2025, and are encouraged to attend a pre-scheduled site visit on January 16, 2025, with prior registration required. For further inquiries, contact Mr. Lam Pham at lam.pham@usda.gov.