RNA Extraction and Sequencing
ID: 1232SA25Q0142Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS AFM APDBELTSVILLE, 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
    Description

    The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotes for RNA extraction and sequencing services for 120 frozen rainbow trout samples. The contractor will be responsible for extracting total RNA with specified quality metrics and performing mRNA sequencing using Illumina technology, ensuring compliance with rigorous performance standards outlined in the Performance Work Statement. This procurement is critical for advancing scientific research in aquaculture, and the contract is set aside for small businesses with a size standard of $19 million. Interested parties must submit their quotations via email to Christopher Turner by the specified deadline, with all submissions adhering to federal acquisition regulations and requirements detailed in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA ARS NCCCWA seeks a contractor for the total RNA extraction and mRNA sequencing of 120 frozen rainbow trout samples homogenized in Trizol. The contractor is responsible for all necessary services and supplies, ensuring required performance benchmarks are met. Specifically, total RNA must be extracted with a concentration greater than 250 ng/uL and A260/A280 values between 1.8 and 2.0. The sequencing will utilize standard Illumina technology, yielding a minimum of 40 million paired-end reads per sample, with strict quality control measures throughout the process. The remaining RNA must be returned in labeled tubes, and all sequencing data and a Final Project Report must be delivered via secure methods within 30 days after receipt of samples. Additionally, a Quality Assurance Surveillance Plan (QASP) will be implemented to assess the contractor's adherence to performance standards, requiring 100% timely completion of all deliverables. This document illustrates the USDA’s commitment to ensuring quality in scientific research by outlining clear, measurable expectations for the contractor.
    The document outlines Wage Determination No. 2015-4285 from the U.S. Department of Labor's Wage and Hour Division, establishing minimum wage rates and fringe benefits for workers engaged in service contracts under the Service Contract Act in Jefferson County, West Virginia. It specifies that contracts awarded or renewed after January 30, 2022, must pay covered workers at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must ensure a minimum wage of $13.30 per hour, complying with Executive Orders 14026 and 13658. A comprehensive list of occupations, along with corresponding wage rates, fringe benefits, and health and welfare requirements, is provided. Additional details include provisions for paid sick leave, vacation time, and holiday pay, as well as uniform maintenance requirements and hazards pay. The document emphasizes compliance with federal standards, detailing procedures for classifying any unlisted jobs under the wage determination. This information aids contractors and grants clarity on pay obligations for various service-related roles, supporting equitable labor practices in government contracts.
    The document outlines the requirements for submitting a quote in response to RFQ 1232SA25Q0142 for RNA extraction and sequencing services. Key points include the necessity for suppliers to provide their Unique Entity ID from Sam.gov, business entity information, and a primary point of contact. Quotes must remain valid for a minimum of 30 days and affirm compliance with specific federal acquisition regulations, including shipping costs integrated into total pricing. A fillable format is included for detailed service scheduling, specifying a total quantity of 120 units with payment contingent upon satisfactory performance of tasks within 90 days ARO. The offer must acknowledge any amendments to the solicitation, which will be published prior to the bid close. The document emphasizes the importance of adhering to specified requirements to ensure responsiveness and compliance with federal procurement processes. Overall, the file serves as a guideline for contractors interested in participating in the bidding process for specified services under federal and state procurement regulations.
    The RFQ 1232SA25Q0142 outlines the solicitation for RNA extraction and sequencing services, under the NAICS Code 541380, with a small business size standard of $19 million. The contract's period of performance is set for 90 days after receipt of order, with inspection and acceptance conducted at the specified delivery location in Kearneysville, WV. All invoicing is to be submitted electronically via the Department of Treasury’s Invoice Processing Platform, with payments made only for accepted items aligned with the Quality Assurance Surveillance Plan (QASP). The document details several Federal Acquisition Regulation (FAR) clauses incorporated by reference, including terms surrounding contractor ethics, equal opportunity, and compliance with service contract labor standards. It emphasizes that the solicitation is reserved for small businesses and establishes criteria for evaluation based on price and technical acceptability. Quotations must be formatted as outlined and submitted via email. The contractor's past performance and business qualifications will be assessed, ensuring adherence to federal guidelines and promoting compliance with small business programs. This RFQ reflects transparent procurement processes to enhance governmental operational objectives.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Service Agreement: ION Sequencing System
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a service agreement for the ION Sequencing System, which includes maintenance and support for critical laboratory equipment. The contract will cover a one-year AB Assurance plan with Life Technologies/ThermoFisher Scientific, ensuring comprehensive service including parts, labor, travel for repairs, and priority technical support for the ION S5 XL and S5 Prime sequencers, as well as the Ion Chef system. This procurement is vital for maintaining the functionality of advanced sequencing equipment used in medical research, which supports various health-related studies. Interested vendors must submit their quotations by December 9, 2025, to Tina Robinson at robinsti@mail.nih.gov, referencing solicitation number 75N94026Q00008, and must comply with all applicable FAR clauses and requirements.
    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.
    Southeast Fisheries Observer Programs
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Southeast Fisheries Observer Programs and Platform Removal Observer Program through a total small business set-aside contract. The procurement involves providing qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts, with a focus on compliance with various regulations. This indefinite delivery indefinite quantity contract has a maximum order limit of $24,837,381.52 and includes both Firm Fixed Price and Time and Materials components, with a performance period spanning five years from April 1, 2026, to March 31, 2031. Interested parties should direct inquiries to Carina Topasna at Carina.Topasna@noaa.gov, and must submit past performance questionnaires by January 10, 2026, at 2:00 PM Pacific time.
    OligoCard for DNA Sequencing
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory (NRL), is seeking a sole-source procurement of OligoCards from Integrated DNA Technologies (IDT) for critical research purposes. This acquisition, valued between $10,000 and $250,000, is justified under FAR 13.106-1(b)(1)(i) due to the urgent need for specialized oligonucleotides and comprehensive sequencing services that only IDT can provide. The OligoCards are vital for advancing molecular biology, biotechnology, and DNA nanotechnology research, particularly in areas such as protein production, threat detection, and sensor development for the Department of Defense. Interested parties can reach out to Brandon Zellers at brandon.zellers@nrl.navy.mil for further information regarding this opportunity.
    SCCAO Mesh Screens
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Mid-Pacific Region, is seeking quotations for the procurement of SCCAO Mesh Screens, specifically "Intralox Mesh Screens (Brand Name or Equal)." This small business set-aside opportunity requires the delivery of items including Intralox Rotating Mesh Fish Screens and Sprockets, with a Firm Fixed Price purchase order to be awarded based on the Lowest Price Technically Acceptable criteria, evaluating both technical specifications and price reasonableness. The procurement is crucial for commercial fishing equipment applications, ensuring effective fish screening solutions. Quotes are due by December 12, 2025, at 10:00 AM PST, and interested offerors must contact Joe Molina at joemolina@usbr.gov or call 916-978-5177 for further details, ensuring they are registered in SAM.gov with updated Representations and Certifications.
    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.
    SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
    Buyer not available
    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.
    REQUEST FOR PRE-PROPOSALS – Far Forward Biological Sequencing (Increment 2) for JPEO CBRND; Automated Sample Prep
    Buyer not available
    The Department of Defense, through the Joint Program Executive Office for Chemical, Biological, Radiological, and Nuclear Defense (JPEO-CBRND), is soliciting pre-proposals for the Far Forward Biological Sequencing (FFBS) Increment 2 project, which aims to develop an automated biological identification system capable of detecting various Biological Warfare Agents (BWAs). The objective is to create a system that achieves a Technology Readiness Level (TRL) of seven or higher within 24 months, incorporating automated sample preparation, a nanopore sequencing device, and bioinformatics software, all operable by non-laboratory trained users in field environments. This initiative addresses critical gaps in current biological identification capabilities for military personnel in far-forward settings, enhancing their safety and operational effectiveness. Interested vendors must submit their pre-proposals by December 8, 2025, and can direct inquiries to Jessica R. Green-Farley at jessica.r.green-farley.civ@army.mil or Tyler N. Gates at tyler.n.gates2.civ@army.mil.
    A--Northern California Area Office (NCAO) Cultural Re
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified small businesses to provide cultural resources support services for the modernization of the Trinity River Fish Hatchery (TRFH) in Northern California. The procurement aims to ensure compliance with the National Historic Preservation Act (NHPA) through tasks such as cultural resources inventory, evaluation, and reporting, with a focus on updating built environment resource inventories and conducting finding of effects analyses. This project is critical for preserving cultural heritage while modernizing infrastructure, and the contract is set as a Firm-Fixed Price for a period from February 1, 2026, to January 31, 2027. Quotes are due by December 15, 2025, at 3:00 PM Pacific Time, and interested parties should contact Sarah Rodrigues at srodrigues@usbr.gov for further information.
    Distribution of CPRR Immunoassays for BioRad BioPlex Lab Tests.
    Buyer not available
    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.