B--DNA Extraction Cyanobacteria
ID: 140G0325Q0194Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFFICE OF ACQUISITON GRANTSSACRAMENTO, CA, 95819, USA

NAICS

Testing Laboratories and Services (541380)

PSC

SPECIAL STUDIES/ANALYSIS- CHEMICAL/BIOLOGICAL (B504)
Timeline
    Description

    The U.S. Geological Survey (USGS) is seeking a contractor for DNA extraction and analysis services focused on samples collected from the San Francisco Bay Delta region. The project involves the collection of 100 samples from five monitoring stations between August 2025 and October 2026, with the contractor responsible for extracting DNA and performing quantitative PCR analyses on specific cyanotoxin biosynthesis genes. This initiative is crucial for advancing scientific understanding of aquatic ecosystems and monitoring environmental health in California. Interested vendors must submit their quotations by August 7, 2025, with final deliverables due by December 31, 2026; for further inquiries, contact Anthony Berry at aberry@usgs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Geological Survey (USGS) has issued Request for Quotations (RFQ) 140G0325Q0194 for DNA extraction and analysis services to evaluate samples collected from California's benthic habitats. This project is part of a study in the San Francisco Bay Delta, with sample collection slated to occur from July 2025 through October 2026. Contractors must provide a firm, fixed-price quotation, demonstrating their capability to perform specific DNA analyses using qPCR for designated genes. The contract’s period of performance extends until December 31, 2026. Interested vendors must follow detailed submission guidelines, including providing technical capability statements, compliance certifications, and requisite documentation. The RFQ outlines criteria for evaluating submissions, such as technical capability, past performance, and price. A clear emphasis is placed on the requirement for the contractor's laboratory leader to possess a Ph.D. in a relevant field and background in handling cyanobacteria samples. The document also covers invoicing terms, anti-malicious code measures, and contractor responsibilities, underscoring the government's commitment to maintaining quality and safety standards. The RFQ reflects the USGS's ongoing efforts to advance ecological research while ensuring compliance with federal acquisition regulations.
    The document serves as an amendment to solicitation number 140G0325Q0194, issued by the U.S. Geological Survey (USGS) for the California Water Science Center (CAWSC). It extends the deadline for responses to August 7, 2025, at 5:00 AM PDT, while updating the Statement of Work (SOW) for analyzing DNA from samples collected during a study in the San Francisco Bay Delta. The study will assess water quality by examining various genes related to cyanotoxin biosynthesis from samples collected between August 2025 and October 2026. Contractors are required to extract DNA from samples and conduct quantitative Polymerase Chain Reaction (qPCR) analyses on specific genes. All operations need full documentation, with final data due by December 31, 2026. The amendment clarifies that contractor qualifications include possessing a Ph.D. in related fields and prior experience with cyanobacteria. The document emphasizes accountability, establishing clear deliverables and timelines to ensure quality and compliance with government standards. Overall, it confirms the government’s initiative in environmental monitoring and improving public health through scientific research and data collection.
    The U.S. Geological Survey (USGS) is issuing a Request for Quotation (RFQ) for DNA extraction and analysis services, specifically focusing on qPCR analysis of samples collected from benthic habitats in California. This RFQ (No. 140G0325Q0194) seeks quotations to be submitted by July 31, 2025, with a delivery deadline extending to December 31, 2026. The contractor will perform DNA extraction from 100 samples, utilizing various molecular methods to prepare sequencing libraries and execute analyses for specific genes associated with cyanobacterial ecology. Proposals must include a fixed-price quote, technical capability statements, compliance with FAR regulations, and relevant documentation. The contractor's capabilities must include substantial experience with cyanobacteria and the requisite analytical methods. The RFQ underscores the importance of compliance with federal requisites and highlights the necessity for proper documentation and technical oversight throughout the project duration. This effort demonstrates USGS's commitment to advancing scientific knowledge regarding aquatic ecosystems in California.
    The U.S. Geological Survey's California Water Science Center requires a contractor for DNA analysis of samples collected from the San Francisco Bay Delta region. The study involves the collection of 100 samples from five monitoring stations between August 2025 and October 2026. The contractor will extract DNA from filtered samples and perform quantitative PCR analyses on specific cyanotoxin biosynthesis genes, including mcyE, anaC, sxtA, and the phycocyanin gene cpcB. Deliverables will consist of data files in various formats (XLS, CSV, TXT) due by December 31, 2026, along with accompanying summaries. The laboratory responsibilities encompass strict documentation of sample handling and bioinformatic analysis. Additionally, the laboratory must have a Ph.D.-qualified leader with relevant expertise, specifically in cyanobacterial ecology and molecular methods applicable to cyanotoxins in California. This RFP aligns with federal initiatives to monitor and analyze environmental health related to aquatic ecosystems.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Rotary Screw Trap
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a contract to collect rotary screw trap data from the American and Stanislaus Rivers, aimed at enhancing environmental monitoring related to the Central Valley Project (CVP). The primary objectives include estimating juvenile Chinook salmon and steelhead production, comparing it to adult escapement, and providing real-time data to support ecosystem management. This contract is a 100% small business set-aside, with a Firm-Fixed Price Purchase Order anticipated to span from February 1, 2026, to January 31, 2027, including two option years. Quotes are due by January 7, 2026, and interested parties should contact Margaret Jones at margaretjones@usbr.gov or call 916-978-5450 for further details.
    68--Ricca Chemical Company Brand Name or Equal
    Buyer not available
    The U.S. Geological Survey (USGS) is conducting a Sources Sought Notice to identify firms capable of supplying pH buffer solutions, conductivity standards, and deionized water for the National Water Quality Laboratory (NWQL). These materials are essential for maintaining consistency in environmental water sampling and testing programs, which are critical for the USGS's monitoring of water quality trends across the nation. Interested firms must provide detailed information about their products, including compliance with the Buy American Act, and submit their responses by December 9, 2025, at 2:30 p.m. (MST) to Lisa Williams at ldwilliams@usgs.gov. This notice is for market research purposes only and does not constitute a request for proposals or guarantee a contract award.
    RFQ No. N66001-26-Q-6020 Water Testing Services
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting quotes for water testing services under RFQ No. N66001-26-Q-6020. The procurement aims to acquire analytical chemistry services to verify the performance of sorbents in treating PFAS-impacted groundwater, as outlined in the attached Statement of Work (SOW). This project is part of the Environmental Security Technology Certification Program (ESTCP) and requires the contractor to perform various chemical analyses on water samples, adhering to strict quality assurance and control standards. Interested parties must submit their quotes by December 12, 2025, at 2:00 PM PT, and direct any inquiries to Joshua Joiner at joshua.j.joiner.civ@us.navy.mil. The contract will be awarded based on technical acceptability, price, and past performance, with a total estimated value under the small business size standard of $19.0 million.
    Water Sample Collection and Analysis Services
    Buyer not available
    The Defense Health Agency (DHA) is seeking qualified contractors to provide water sample collection and analysis services at Shaw Air Force Base, Poinsett Range, and Wateree Air Force Recreational Area. The contractor will be responsible for collecting, labeling, transporting, and analyzing water samples from various sources, ensuring compliance with federal, state, and local regulations, including EPA standards, and providing recommendations for remediation as necessary. This procurement is critical for maintaining water quality and safety, with an estimated total award amount of $19 million over a base year and four option years. Interested parties should submit their quotes electronically by the specified deadline and may direct inquiries to Lenore Y. Paseda or Yuleiny Garcia via email.
    Water Quality Testing Service
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide water quality testing services for the VA Northern California Health Care System, specifically across locations in Mather, Martinez, Stockton, Mare Island, and Redding. The services required include Legionella testing, critical water testing, utility water testing, HPC testing for chillers and cooling towers, dialysis machine testing, and bacteria analysis, all in accordance with the established Quality Assurance Surveillance Plan (QASP). This procurement is crucial for ensuring the safety and compliance of water systems within VA facilities, with a contract period starting from January 3, 2026, and extending through January 2, 2031, including four option years. Interested parties must submit questions by December 15, 2025, and are encouraged to attend scheduled site visits in early December 2025; for inquiries, contact David J. Alvarez at david.alvarez4@va.gov.
    AB Assurance 1 PM plan for the DNA Analyzer 3730XL (UPG)
    Buyer not available
    The National Institutes of Health (NIH), specifically the Eunice Kennedy Shriver National Institute on Child Health and Human Development (NICHD), is seeking to award a sole-source contract for maintenance services for the DNA Analyzer 3730XL (UPG) from Life Technologies Corporation. The procurement involves a one-year maintenance service plan, known as the AB Assurance 1 PM plan, which is critical for ensuring the operational reliability of the DNA analyzer, a vital tool in genetic research and analysis. Interested vendors are invited to submit their quotations by December 14, 2025, at 12:00 PM EST, referencing solicitation number 75N94026Q00006, with evaluations focusing on technical capability and past performance. For further inquiries, vendors may contact Kelly Robinson at kelly.robinson@nih.gov or +1 301 435 2719.
    Isotope Analysis of Atmospheric Trace Gases
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking sources for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for isotope analysis of atmospheric trace gases in Boulder, Colorado. The procurement aims to identify vendors capable of providing comprehensive analysis of isotopic ratios and radiocarbon from atmospheric air samples, including stable isotopes of Carbon Dioxide (CO2) and Methane (CH4), with a focus on measurement precision and timely data delivery. This analysis is crucial for understanding greenhouse gas concentrations and isotopic ratios, which play a significant role in climate monitoring and research. Interested parties must respond by December 12, 2025, at 10:00 AM Mountain Standard Time, and can contact Anthony Eubanks at anthony.eubanks@noaa.gov or Remo Dela Cruz at remo.dela-cruz@noaa.gov for further information.
    GMP Manufacturing of CDC FluSC2 Multiplex EUA Kit
    Buyer not available
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), has awarded a contract for the GMP manufacturing of the CDC FluSC2 Multiplex EUA Kit to Biosearch Technologies, Inc. This contract, valued at $399,993, entails the production of 1,020 vials of oligonucleotide primers and probes, adhering to Good Manufacturing Practices (GMP) as defined under 21 CFR 820, with a required delivery date of September 25, 2023. The specific internal BHQnova quencher design of the probes is critical for the diagnostic assay, which has received Emergency Use Authorization (EUA) from the FDA, and no other suppliers have been identified that can meet these stringent requirements. For further inquiries, interested parties may contact Mark Draluck at syq1@cdc.gov or Devin Barich at uca9@cdc.gov.
    B--Notice for EPA Laboratory ESAT Regions 04-05
    Buyer not available
    The Environmental Protection Agency (EPA) is preparing to issue a pre-solicitation notice for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for laboratory services in EPA Regions 4 and 5. This contract will focus on testing laboratories and services, specifically in the area of chemical and biological special studies and analysis. The anticipated solicitation, expected to be released in December 2025 or January 2026, will be unrestricted with no set-aside, allowing for either a single award or multiple awards, with task orders issued non-competitively to the IDIQ awardees. For further inquiries, interested parties can contact Jeffrey Obirek at obirek.jeffrey@epa.gov or call 312-886-9092.
    FY26 - FY30 San Francisco District Market Research for Potential Beneficial Use Sites
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) San Francisco District, is conducting market research to identify potential sites for the beneficial reuse of dredged material, with an estimated volume of up to 2,000,000 cubic yards per year over the next five years. The procurement aims to secure locations capable of receiving dredged material from various projects, including the Sacramento and Stockton Deep Water Ship Channels, and may lead to multiple contracts awarded to private dredging companies. This initiative is crucial for managing sediment from significant dredging operations in the San Francisco Bay area, ensuring environmental compliance and effective resource utilization. Interested parties are invited to submit a capabilities statement by 2 PM PST on December 10, 2025, to Nairi Freeman at nairi.freeman@usace.army.mil, with further details available in the attached documentation.