Nuclear Protein Isolation and Immunoprecipitation and Mass Spectrometry
ID: 12505B25Q0074Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS MWA AAO ACQ/PER PROPPEORIA, IL, 61604, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SPECIAL STUDIES/ANALYSIS- SCIENTIFIC DATA (B529)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document, Solicitation 12505B25Q0074, outlines the provisions and clauses applicable to a federal contract, emphasizing compliance with various Federal Acquisition Regulation (FAR) clauses. It includes sections on contract clauses incorporated by reference—such as maintenance of award systems and regulations concerning commercial items and services—and details specific obligations for contractors, such as compliance with laws prohibiting contracting with certain entities, whistleblower protections, and measures to support small business participation. Additional clauses address requirements for payment processes, labor standards, and conditions for contract closeout. The document serves to ensure that contractors meet legal and administrative obligations in federal procurement processes, facilitating fair competition, transparency, and adherence to legislative mandates in awarding contracts. It highlights the critical nature of compliance with federal laws and regulations to safeguard interests and promote equitable practices in contracting.
    The Wise Project V4 focuses on the validation of transcription factors (TFs) essential for barley's resistance to the powdery mildew pathogen, Blumeria hordei. The project aims to conduct Immunoprecipitation Mass Spectrometry (IP-MS) on four specific TFs (MADS, NAC, homeobox, and WRKY2) across two barley genotypes: a resistant line (CI 16151) and a susceptible mutant (mla6-m18982). The contractor must isolate nuclear proteins from pooled barley samples and perform IP-MS to confirm protein interactions. Key tasks include proficient protein isolation, IP assays, and detailed bioinformatics analysis to identify target proteins. Deliverables are scheduled within ten weeks post-contract award, culminating in a report detailing TF interactions and target regions. The project underscores the importance of understanding the regulatory mechanisms in plant immunity, with potential implications for breeding disease-resistant barley. The government will provide specific resources, including barley samples and relevant antibodies, ensuring the project aligns with USDA-ARS objectives and data rights.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Preventative Maintenance For Two FOSS NIRS DS2500 and One FOSS Infratec NOVA
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotations for preventative maintenance services for two FOSS NIRS DS2500 instruments and one FOSS Infratec NOVA instrument over a 12-month period. The objective is to ensure the proper functioning and accuracy of these critical analytical tools, which are essential for monitoring and validating Near Infrared Reflectance (NIR) calibrations. The contract will be awarded based on the lowest price technically acceptable offer, with all responsible sources encouraged to submit their quotations by the deadline of December 12, 2025, at 5:00 PM Mountain Time. Interested parties can direct inquiries to Amber Sampson at amber.sampson@usda.gov or by phone at 970-851-3730.
    SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Allergy and Infectious Diseases (NIAID), is soliciting quotes for maintenance agreements on Thermo Electron laboratory equipment, critical for research involving complex proteomic data. The procurement, identified by solicitation number RFQ-NIAID-25-2247584, requires comprehensive service plans for various mass spectrometry instruments, ensuring prompt maintenance response times, priority technical support, and regular preventive maintenance visits. This equipment is essential for analyzing high-value samples in ongoing research projects, and the contract period spans from March 19, 2025, to March 18, 2026. Interested vendors must submit their quotes electronically by December 30, 2024, and can contact Kimberly Rubio at kimberly.rubio@nih.gov for further information.
    Canola Meal for Prairie du Sac Farm
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotations for a 12-month contract to supply canola meal for the USDA Prairie du Sac Farm in Wisconsin. The procurement requires approximately 506 tons of canola meal, delivered in about 23 shipments, with each delivery consisting of around 22 tons and a minimum crude protein content of 36%. This contract is crucial for supporting the farm's operations and is set aside exclusively for small businesses under NAICS code 311224, with a size standard of 1,250 employees. Interested vendors must submit their quotes by providing detailed pricing and company information, including SAM registration, by the deadline of February 8, 2027. For further inquiries, potential offerors can contact Brian Brusky at brian.brusky@usda.gov or call 608-215-2837.
    BPA for Theileria equi and Babesia caballi test kits at NVSL Ames, IA
    Agriculture, Department Of
    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.
    Animal Vaccines
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (USDA ARS), is seeking quotations for the procurement of animal vaccines under solicitation number 1232SA26Q0014. The contractor will supply essential vaccines for research animals, including beef cattle, swine, and sheep, with specific requirements for products such as Guardian, Brute Pour On, and PregGuard Gold FP10, among others, all with expiration dates of January 1, 2027, or later. This procurement is critical for maintaining the health of research animals at the Roman L. Hruska U.S. Meat Animal Research Center in Clay Center, Nebraska, with a delivery deadline set for January 5, 2026. Interested vendors must acknowledge the amendment to the solicitation, submit their quotes by January 6, 2026, and direct any inquiries to Brian Brusky at brian.brusky@usda.gov or by phone at 608-215-2837.
    Distribution of CPRR Immunoassays for BioRad BioPlex Lab Tests.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide the distribution of BioRad BioPlex laboratory reagents for the Seattle VA Medical Center. The procurement aims to establish a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for automated immunoassay instrumentation capable of performing a variety of diagnostic tests, including those for autoimmune diseases and infectious agents. These reagents and instruments are critical for enhancing laboratory capabilities in diagnosing and managing patient care within the VA system. Interested small businesses must submit their quotes by December 19, 2025, at 17:00 Pacific Time, and can direct inquiries to Hector Gonzalez at hector.gonzalez1@va.gov or by phone at 360-553-7632.
    Distribution of Biorad Bioplex Reagents and Consumables for Laboratory Tests.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 20, is seeking a qualified contractor for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the distribution of BioRad BioPlex reagents and consumables for laboratory tests at the Seattle VA Medical Center. The contractor will be responsible for supplying FDA-approved equipment, reagents, controls, calibrators, and all necessary consumables, along with installation, validation, technical support, preventative maintenance, and staff training, ensuring compliance with specific performance requirements such as rapid analysis and automated calibration. This procurement is critical for enhancing patient care through immunoassays that diagnose various health conditions, including infectious diseases and autoimmune disorders. Quotes are due by December 19, 2025, at 17:00 Pacific Time, and interested parties can contact Hector Gonzalez at hector.gonzalez1@va.gov or by phone at 360-553-7632 for further information.
    Microbial Identification System (MIS)
    Dept Of Defense
    The Department of Defense, through the United States Army Health Contracting Activity, is seeking information regarding a commercial solution for a Microbial Identification System (MIS) to enhance its MicroScan autoSCAN-4 System. The objective is to procure a system that meets the Critical Operational Device Specifications (CODS), which include operational characteristics, support for specific testing panels, and compatibility with a LabPro computer running Windows 11. This procurement is crucial for ensuring reliable laboratory systems in medical environments, particularly in austere settings. Interested vendors must submit their responses by 4:00 PM Central Time on April 3, 2025, to Linda McGhee at linda.a.mcghee.civ@health.mil, and are encouraged to provide detailed information about their capabilities and products as outlined in the RFI documents.
    Sources Sought Notice to obtain instruments and reagents to perform automated microbial identification and susceptibility testing for the Brooke Army Medical Center (BAMC) Department of Pathology and Area Laboratory Services
    Dept Of Defense
    The Department of Defense, through the Medical Readiness Contracting Office West, is seeking potential sources for instruments and reagents necessary for automated microbial identification and susceptibility testing at the Brooke Army Medical Center (BAMC) in Texas. The procurement aims to fulfill specific requirements for automated mass spectrometry rapid microbiology identification testing, antimicrobial susceptibility testing, and biochemical identification testing, with a base performance period from October 1, 2026, to September 30, 2031. This initiative is critical for maintaining high standards in laboratory services, ensuring rapid and accurate testing capabilities for various microorganisms. Interested vendors must respond to this Sources Sought Notice by 1:00 PM CST on December 29, 2025, and can direct inquiries to Medina L. Woodson at medina.l.woodson.civ@health.mil or Salameya Paulouskaya at salameya.paulouskaya2.civ@health.mil.
    Updated Master Solicitation for Commodity Procurement - International Programs (MSCP-I)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Marketing Service, has issued a Special Notice regarding the Updated Master Solicitation for Commodity Procurement - International Programs (MSCP-I), effective March 20, 2025. This solicitation outlines the framework for procuring agricultural commodities for U.S. Government international food assistance programs, emphasizing compliance with the Federal Acquisition Regulation (FAR) and recent executive orders, including updated clauses on greenhouse gas emissions and equal opportunity. The MSCP-I serves as a critical guide for bidders involved in programs such as Food for Peace and McGovern-Dole Food for Education, ensuring that all commodities originate from the U.S. and meet stringent quality assurance standards. Interested vendors can find more information and submission requirements on the USDA's website at www.ams.usda.gov/commodity-procurement.