The RFP Database
New business relationships start here

Genotyping Cattle



Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

The USDA, Agricultural Research Service (ARS), U.S. Meat Animal Research Center (USMARC) has a project that requires genotyping cattle for large numbers of markers concordant with current genotypes in the population. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 (current as of FAC 2001-24), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation quotations are being requested and a written solicitation will not be issued. The NAICS is 541380. The Solicitation number AG6538S170058 is issued as a Request for Quotation (RFQ). The description of items and clauses incorporated in this synopsis/solicitation are applicable to this procurement and will be incorporated into any resultant purchase order.

The goal of this project is to determine genomic associations of functional markers with cattle phenotypes for feed intake. The cattle population is a subset of the germplasm evaluation program, a large beef cattle resource herd, which has been extensively genotyped for markers on the Illumina BovineHD genotyping array and markers from several smaller chips to enable imputation. In order for these ungenotyped animals to have utility through imputation techniques, these animals must be genotyped for a broad marker set spanning the entire genome using a subset of markers from the llumina BovineHD. Additional bulls (parents of these animals) will also need to be genotyped for functional markers located in known protein-coding regions (functional markers). We are looking for at least 100,000 of these function markers to genotype. The bulls must simultaneously be genotyped with imputation markers (from same set as the other group of animals) to enable these functional markers to be imputed.


These markers can be used in selection programs to reduce the increase the efficiency of gain for steer and heifers during high growth periods. The work supports the Center's missions of increasing the production efficiency of safe, high-quality food products.


Technical Requirements:
The provider must genotype DNA from 1062 animals for a subset of markers found on the current Illumina BovineHD (SNP770K) BeadChip®. We expect the subset to be a panel of 20,000 to 50,000 markers with approximately equal spacing across all bovine chromosomes. In addition, the provider will genotyped DNA for 168 sires of these animals for 20,000 to 50,000 markers from Illumina BovineHD BeadChip® that have a high overlap with the markers for the 1062 animals; these 168 sires will also be genotyped for 100,000 or more markers in known protein-coding (gene) regions. All resulting genotypes must be returned to USMARC. All data needs to be available for USMARC download by October 1, 2017.


SAM: Vendor must be registered in the System for Award Management prior to the award of the contract. You may register by going to www.sam.gov. You will need to your Tax ID, Duns Number, Bradstreet number and banking information.
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. Please note on your proposal if you will accept a government purchase (VISA) card.
This is a Buy Best Value acquisition. The Government will award a Purchase Order resulting from this Request for Quotes to the responsible offeror whose quote is conforming to the solicitation and represents the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
EVALUATION FACTORS FOR AWARD
1. Past Performance -
Quotes will be evaluated based on the offeror's past performance as provided by the offeror's references.
2. Offeror's Technical Solution-
The Government will evaluate the performance of the offeror's product for capability and performance.
3. Quality and Reliability-
Quotes will be evaluated on the offeror's product for its level of Quality and Reliability.
4. Price-
The quoted price is fair and reasonable.


NOTE:
All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. Factors and sub-factors are prioritized in the following order of importance (i.e. most important first, least important last) for award evaluation 2, 3, 1, 4.


The Government will evaluate quotes for award purposes, considering the evaluation factors above, and will award to that offeror whose proposal represents the best value to the Government.


All sources wishing to provide a quotation must respond by 2:0 PM, July 23, 2017. Quotations should be addressed to USDA Agricultural Research Service, State Spur 18D Bldg 1, Clay Center, NE 68933. POC Donita Furman, Contract Specialist, 402-762-4145. Faxed or emailed responses are acceptable. All responses will be evaluated to determine the company's capability to meet the above requirements. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2.


Applicable Provisions: The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition:


FAR 52.204-7 System for Award Management: AGAR 452.204-70 Inquiries; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications/support, and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference.


 


Donita J. Furman, Phone 402-762-4145, Fax 402-762-4148, Email donita.furman@ars.usda.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP