Georgia Bids > Bid Detail

Multi-omics analyses of chicken breast meats

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • B - Special Studies and Analyses - Not R&D
Opps ID: NBD00159915539324042
Posted Date: Mar 2, 2023
Due Date: Mar 13, 2023
Solicitation No: 12405B23Q0131
Source: https://sam.gov/opp/69b31b9a0e...
Follow
Multi-omics analyses of chicken breast meats
Active
Contract Opportunity
Notice ID
12405B23Q0131
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS SEA AAO ACQ/PER PROP
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 02, 2023 03:22 pm CST
  • Original Date Offers Due: Mar 13, 2023 03:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: B529 - SPECIAL STUDIES/ANALYSIS- SCIENTIFIC DATA
  • NAICS Code:
    • 541380 - Testing Laboratories and Services
  • Place of Performance:
    Athens , GA 30605
    USA
Description

This is a combined synopsis/solicitation for commercial goods and commercial services prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. The solicitation number is 12405B23Q0131 and is issued as a request for quotation (RFQ). The NAICS code is 541380 – Testing Labs. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2023-01.







The USDA-ARS-SEA USNPRC, Quality & Safety Assessment Research Unit in Athens, GA. has a requirement for Multi-omics analyses of chicken breast meats as described below:





General Information:







Scope of Work: This contract is located at the USNPRC at 950 College Station Road Athens GA, 30605. A company/analytical service will conduct multi-omics analyses using liquid chromatography – mass spectrometry (LC-MS) analyses including proteomics, metabolomics, and lipidomics to determine differential abundances of proteins, metabolites, and lipid species in chicken breast meat samples provided by the research team. Results of proteomics, metabolomics, and lipidomics will be integrated to find associations between data sets. A company will perform all experiments at their location. The purpose of this SOW is to acquire data that will support publications in peer reviewed journal. Analyses and deliverables include:



1. Liquid chromatography – mass spectrometry (LC-MS) analyses, data processing and bioinfomatic analyses will be conducted with sixteen chicken breast meat samples.



2. Produce results of differential abundances of proteins, metabolites, and lipid species



3. Omni-MS analysis outputs will include:



• Raw LC-MS data



• Table of LC-MS features each with:



• Relative peak area quantification among samples



• Putative bioinformatic identifications



• Association statistics with provided sample variables





• Data visualizations



• Global data structure o Dimensionality reduction





• Biological associations o Volcano plots



o Individual analyte associations







Government Furnished: No Government-furnished property will be provided.



Contractor Furnished Items and Services: GENERAL. Contractor shall furnish everything required to perform this Statement of Work.





DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) 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; and 2) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL GOODS AND COMMERCIAL SERVICES; The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at www.sam.gov.





REJECTION OF QUOTATION: Failure to demonstrate compliance will be caused to reject the quote without further discussions. All responsible sources may submit an offer and will be considered.





The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL GOODS AND COMMERCIAL SERVICES; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL GOODS AND COMMERCIAL SERVICES applies,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL GOODS AND COMMERCIAL SERVICES; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial goods and commercial services ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL GOODS AND COMMERCIAL SERVICES; 52.217-8 Option to Extend Services.







QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees.





PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer.



Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.SAM.gov.



FAR 52.212-2, Evaluation-Commercial Item, the significant evaluation factors, in the relative order of importance, are (i) The most important factor is price. (ii) The second most important factor is technical acceptability. (iii) The third most important factor is past performance. The lowest priced proposal will first be evaluated for technical acceptability. If determined not technically acceptable, it will be removed from competition and the next lowest priced proposal will be evaluated for technical acceptability. This will continue until the lowest price proposal is determined technically acceptable. Once the lowest priced proposal is determined technically acceptable, a determination of responsibility will be completed, to include evaluating past performance. If found responsible, evaluations will be closed, and an award will be made.



The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material and capabilities of the offeror’s equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All sources wishing to furnish a quotation must respond by 3:00 p.m. Central Time, March 13, 2023. Quotations are to be addressed to Huron Virden, at huron.virden@usda.gov.





Primary Point of Contact:



Huron Virden



Contract Specialist



Huron.virden@usda.gov.


Attachments/Links
Attachments
Document File Size Access Updated Date
Statement of Work_multiomics (1).pdf (opens in new window)
150 KB
Public
Mar 02, 2023
12405B23Q0131 - Request for Quote.pdf (opens in new window)
861 KB
Public
Mar 02, 2023
file uploads

Contact Information
Contracting Office Address
  • 141 EXPERIMENT STATION ROAD
  • STONEVILLE , MS 38776
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 02, 2023 03:22 pm CSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >