RNA Sequencing Services
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: May 10, 2024 10:14 am CDT
- Original Response Date: May 13, 2024 09:00 am CDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: May 28, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Fargo , ND 58102USA
Description
This is a Sources Sought Notice ONLY. The USDA-ARS currently intends to award one contract for RNA- sequencing services including sequencing of premade libraries and library preparation on a SOLE SOURCE basis due to continuity of research, but is seeking vendors that may be able to provide the same instruments.
The proposed sole source, firm fixed price, contract would be to Novogene.
This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the USDA to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this source sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.
In response to this source sought, please provide:
1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.
3. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.
Attachments/Links
Contact Information
Contracting Office Address
- 2150 CENTRE AVENUE BLDG D, SUITE 300
- FORT COLLINS , CO 80526
- USA
Primary Point of Contact
- David Reynolds
- david.reynolds2@usda.gov
Secondary Point of Contact
History
- May 28, 2024 10:55 pm CDTSources Sought (Original)