Montana Bids > Bid Detail

Intent to Sole Source Geotyping by Sequencing (tGBS)

Agency:
Level of Government: Federal
Category:
  • B - Special Studies and Analyses - Not R&D
Opps ID: NBD00159110402158135
Posted Date: Dec 6, 2023
Due Date: Dec 13, 2023
Source: https://sam.gov/opp/a13209abc6...
Follow
Intent to Sole Source Geotyping by Sequencing (tGBS)
Active
Contract Opportunity
Notice ID
1240BG24Q0002
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
FOREST SERVICE
Office
ROCKY MTN RESEARCH STATION
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Dec 06, 2023 07:18 am MST
  • Original Response Date: Dec 13, 2023 11:00 am MST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 28, 2023
  • Initiative:
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: B529 - SPECIAL STUDIES/ANALYSIS- SCIENTIFIC DATA
  • NAICS Code:
    • 518210 - Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services
  • Place of Performance:
    Missoula , MT 59801
    USA
Description

This is a Notice of Proposed Contract Action Synopsis. There is no solicitation available at this time. Requests for a solicitation will receive no response. This Proposed Contract Action is published to notify potential sources that the National Forest Service, Rocky Mountain Research Station Missoula MT, intends to award a sole source firm-fixed price contract, on behalf of the USDA Forest Service, to Data2Bio, for genotyping-by-sequencing (tGBS) of Moose DNA samples in accordance with the attached statement of work.



Data2Bio developed innovative technology (tGBS) that provides a higher accuracy of genotyping SNP data. Data2Bio has been a pioneer in the realm of DNA Genomic Sequencing and with the numerous laboratory steps involved. This allows the Government to ensure all data processing required to obtain SNP genotyping data from the starting DNA that will be provided, and they are able to guarantee the Government receives high quality SNP genotype data with minimal missing data. Performance: Actual dates to be determined at time of award.



The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1 Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Date posted to SAM.gov Dec 6, 2023. Date posting will close: Dec 13, 2023. The North American Industry Classification System (NAICS) code is 518210. The Size Standard is 35,000,000. The desired delivery date described herein is anticipated to be Apr 20, 2024, or 10 to 14 weeks from sample submission. The responses to this synopsis will be used to confirm that this is a sole source requirement. This notice is not a Request for Quote (RFQ); it is a market research tool being utilized to determine the availability and adequacy of potential sources prior to awarding the contract. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this notice of proposed contract action. Contractors who believe they possess the expertise and experience shall submit technical capabilities in writing to Maritza Salgado electronically to maritza.salgado@usda.gov. Responses must be received no later than Dec 13, 2023, 11:00 am MDT. All documentation shall become the property of the Government. Firms responding must indicate the following information: Indicate the business size: small business or disadvantaged business, veteran owned small business or HUB Zone certified, indicate the appropriate NAICS code, and SAM UEI. This synopsis neither constitutes a Request for Quote, nor does it restrict the Government to a particular acquisition approach. This synopsis should not be construed as commitment by the Government for any purpose other than market research.


Attachments/Links
Contact Information
Contracting Office Address
  • 240 W PROSPECT STREET
  • FORT COLLINS , CO 80526
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 06, 2023 07:18 am MSTSpecial Notice (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 >