High-Density Single Nucleotide Polymorphism Genotyping for Porcine
ID: 12639524Q0287Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFANIMAL AND PLANT HEALTH INSPECTION SERVICEMRPBS MINNEAPOLIS MNMINNEAPOLIS, MN, 55401, USA

NAICS

Testing Laboratories and Services (541380)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is soliciting quotes for high-density Single Nucleotide Polymorphism (SNP) genotyping services for feral swine, utilizing an Illumina Beadchip array or equivalent. The contract, which is a firm fixed-price agreement for one year, aims to support the ongoing management of the National Feral Swine Damage Management Program, requiring a minimum of 60,000 autosomal loci per genotype assessment along with various sample extractions. This procurement is crucial for generating data that will contribute to the government's genetic archive efforts, which are vital for wildlife management and research. Proposals must be submitted to Samantha Johnson by September 18, 2024, and should include signed documentation, pricing schedules, and representations regarding the offered products.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA Animal Plant Health Inspection Service (APHIS) is seeking quotes for high-density Single Nucleotide Polymorphism (SNP) genotyping services for feral swine using an Illumina Beadchip array or equivalent. The contract is a firm fixed-price agreement for one year aimed at supporting the ongoing management of the National Feral Swine Damage Management Program. The government requires a minimum of 60,000 autosomal loci per genotype assessment, along with various sample extractions. Quoters must submit proposals to Samantha Johnson by September 18, 2024, with no specific format required. This unrestricted solicitation outlines that the quotes will be evaluated based on technical capability, price, and past performance in accordance with Simplified Acquisition Procedures. The complete quote must include signed documentation, pricing schedules, and representations regarding the offered products. Additionally, the document incorporates applicable Federal Acquisition Regulation (FAR) clauses, and contractors must ensure compliance with various regulations, including those related to small businesses and contractor ethics. The successful contractor will serve a vital role in data generation for the government's ongoing genetic archive endeavors, ensuring the continuity of information vital for wildlife management and research.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Stereo Sequencing
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is soliciting proposals for Stereo Sequencing services under solicitation number 12505B24Q0350. The procurement aims to secure professional services from medical laboratories, with a focus on delivering sequencing services within a 12-month timeframe. This initiative is critical for advancing agricultural research and ensuring compliance with federal regulations, including the submission of invoices through the Invoice Processing Platform (IPP). Interested contractors must submit their quotes electronically to Debora Wells at debora.wells@usda.gov by September 20, 2024, with a total award amount indicated as $41.5 million, emphasizing the importance of technical specifications and pricing in the evaluation process.
    Genomics Sequencing Services for the NIAID Centralized Sequencing Program
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), is seeking quotations for genomics sequencing services to support its Centralized Sequencing Program (CSP). The procurement aims to acquire comprehensive clinical whole genome sequencing services, including interpretation and reporting, to enhance the understanding of infectious diseases and improve patient care, with a focus on delivering results within a four-week turnaround time. This initiative is critical for advancing clinical research and understanding the genetic basis of diseases, as the NIAID conducts numerous clinical trials annually. Interested vendors must submit their quotes by September 23, 2024, and direct any inquiries to Seth Schaffer at seth.schaffer@nih.gov or Linda Smith at linda.smith2@nih.gov.
    DNA Oligos for Amplicon Sequencing
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking proposals for the procurement of DNA oligos for amplicon sequencing to support the genotyping of oysters at its facility in Kingston, Rhode Island. The procurement includes multiple line items, such as various 96-well plates and specific quantities of DNA oligos, which must meet stringent specifications for sequence authenticity and suitability for polymerase chain reaction (PCR). This initiative is crucial for advancing scientific research in marine aquaculture, reflecting the government's commitment to enhancing biotechnological capabilities. Interested contractors must submit their quotes electronically by 2:00 PM CDT on September 20, 2024, and can direct inquiries to Jeff Kathman at jeffery.kathman@usda.gov.
    Classical Swine Fever Virus (CSF) Vaccine, C-strain
    Active
    Agriculture, Department Of
    The Department of Agriculture's Animal and Plant Health Inspection Service (APHIS) intends to award a sole-source contract for the procurement of one million doses of the Classical Swine Fever Virus (CSF) Vaccine, C-strain Modified Live Virus (MLV). This five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract will be awarded to Ceva Sante Animale, the only licensed manufacturer with the necessary permits and an established history of supplying this vaccine, which is critical for the National Veterinary Stockpile to manage animal health emergencies. The USDA emphasizes the importance of this procurement for swift response capabilities in the event of a classical swine fever outbreak, and interested sources are encouraged to submit capability information by September 22, 2024. For further inquiries, contact Larry Nelson at larry.d.nelson@usda.gov or by phone at 16123363225.
    Custom Chromosomes Karyotype Analysis and FISH Service
    Active
    Agriculture, Department Of
    Combined Synopsis/Solicitation AGRICULTURE, DEPARTMENT OF is seeking a Custom Chromosomes Karyotype Analysis and FISH Service. This service is typically used for plant karyotype analysis, including counting chromosome numbers using high-resolution chromosome preparation technique, developing Fluorescence in situ hybridization for parents, and providing data and analytics. The service will be provided to the USDA, ARS, Sugarcane Production Research Unit in Canal Point, FL. The solicitation number is 12405B24Q0037 and is a request for quotation (RFQ). The service will be procured through a Total Small Business Set-Aside. Interested parties must submit a quote on company letterhead detailing the item description, unit price per item, discounts for trade-ins, total price, and valid for at least 60 days after receipt of quote. The offeror must also complete the OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS electronically in the System for Award Management (SAM) website. The deadline for submitting quotations is December 21, 2023, and all questions should be emailed to the Contracting Officer by December 13, 2023.
    REMI PI+ Annual Maintenance
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), specifically the Animal and Plant Health Inspection Service (APHIS), is seeking a contractor for the REMI PI+ Annual Maintenance, a noncompetitive procurement aimed at maintaining the proprietary Regional Economic Modeling Incorporated Policy Insight Plus (REMI PI+) software. This software is crucial for the USDA's National Wildlife Research Center (NWRC) Economics Project, which analyzes the economic impacts of wildlife damage, including crop destruction and disease spread, using a sophisticated 70-sector, 14-region model. The contract will span five years, consisting of one base year and four optional years, with the estimated value remaining below the Simplified Acquisition Threshold (SAT). Interested parties must submit their responses to Samantha Johnson at samantha.johnson3@usda.gov by September 20th at 4 PM PT, as this opportunity is set aside for small businesses under FAR 19.5.
    Intent to Sole Source - DNA Purification System
    Active
    Agriculture, Department Of
    The Department of Agriculture's Forest Service, specifically the Pacific Northwest Research Station, intends to award a sole-source contract for the acquisition of a Thermo Scientific™ KingFisher™ Duo Prime Purification System. This specialized equipment is essential for projects focused on detecting invasive forest pathogens, which require high-quality DNA extraction from complex samples such as soil and water. The KingFisher system, utilizing advanced magnetic bead technology, allows for efficient processing of up to 96 samples simultaneously, addressing previous challenges faced with conventional DNA extractors. For further inquiries, interested parties can contact Nola Wisenor at nola.wisenor@usda.gov.
    Notice of Intent to Sole Source Automated Dispensing Modules
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), specifically the Animal and Plant Health Inspection Service (APHIS), intends to issue a noncompetitive contract for the procurement of two Automated Dispensing Modules (ADM) from Applied Design Corp, which are essential for Brown Tree Snake baiting operations in Guam. This procurement is critical for the continued aerial delivery of toxicants to control the invasive Brown Tree Snake population, with the USDA having utilized these proprietary devices for eight years. The estimated acquisition cost is capped at $350,000, and responses from other responsible sources are welcomed until 10:00 AM CST on September 20, 2024, although the government retains discretion over whether to conduct a competitive procurement. Interested parties may contact Amanda Barbosa at amanda.barbosa@usda.gov or by phone at 612-336-3433 for further information.
    Agricultural Sample Analysis
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking quotes for agricultural sample analysis services under a total small business set-aside contract. Interested contractors must provide a completed Non-Disclosure Agreement (NDA), proof of small business status under NAICS code 541990, and a capabilities statement demonstrating experience in analyzing cotton and related support services. This procurement is crucial for ensuring the effective analysis of agricultural samples, which plays a significant role in national security and agricultural integrity. Quotes are due by September 25, 2024, at 9:00 AM EST, and should be submitted via email to Richard Kirby at richard.m.kirby@cbp.dhs.gov.
    FIFRA GLP product chemistry studies for Spinosad Fruit Fly Bait
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking qualified contractors to conduct Good Laboratory Practice (GLP) product chemistry studies for a pesticide end-use product known as “Spinosad Fruit Fly Bait.” The objective of this procurement is to complete a series of studies in compliance with the Federal Insecticide, Fungicide, and Rodenticide Act (FIFRA) and U.S. EPA guidelines, which include assessments of storage stability, corrosion characteristics, and other chemical properties. These studies are critical for ensuring the safety and efficacy of pesticide products prior to federal registration. Interested contractors should note that proposals must be submitted in accordance with the specified guidelines, with key deliverables including study protocols due within two months and final reports within six months post-award. For further inquiries, potential bidders can contact Latisha Hollman at latisha.a.hollman@usda.gov.