Next-generation Sequencing of Nucleic-acid Libraries
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The USDA Agricultural Research Service (ARS) is soliciting quotations (RFQ 1232SA26Q0232) for Next-generation Sequencing of Nucleic-acid Libraries. This Total Small Business Set-Aside aims to support analysis of immune status, gene expression, and DNA epigenetic status. The acquisition is for a firm-fixed-price requirements contract, with one award anticipated.
Scope of Work
The contractor will provide next-generation sequencing services for prepared Illumina libraries, specifically utilizing the Illumina Novaseq X Plus platform. Key tasks include performing specific sequencing runs with defined read pair totals, cycling parameters, and sample pooling for whole-transcriptome assays and ATACseq. Each sequencing run must be performed sequentially, with data from each run delivered before the next begins. Deliverables include a quality report and FASTQ files for each run, with data required within 14 days of sample receipt. Library quantitation may also be performed by the sequencing facility.
Contract Details
- Solicitation Number: 1232SA26Q0232
- Type: Combined Synopsis/Solicitation (Request for Quotation - RFQ)
- Anticipated Award: Firm-Fixed-Price Requirements Contract
- Set-Aside: Total Small Business Set-Aside (NAICS 541380, Size Standard $19.0M)
- Place of Performance: Pittsburgh, PA (though the SOW notes the exact place of performance is not explicitly stated or currently unknown).
- Published Date: March 25, 2026 (latest opportunity update)
Submission & Evaluation
- Questions Due: February 27, 2026, 4:00 PM Central Time. (A Q&A document posted March 2, 2026, clarified data delivery format).
- Offer Submission: Offers must be submitted by the solicitation closing date, which is not explicitly stated. Offers must be held firm for 90 calendar days.
- Evaluation Criteria: Award will be based on Lowest Price Technically Acceptable (LPTA), considering:
- Price: Evaluated for fairness and reasonableness.
- Technical Acceptability: Rated "acceptable" or "unacceptable" based on a sound and compliant approach, requiring minimum information and documentation. Exceptions to the SOW may lead to unacceptability.
- Past Performance: Rated "Acceptable," "Neutral," or "Unacceptable."
- Award will be made to the offeror representing the best value to the Government.
Additional Notes
This announcement constitutes the only solicitation; a separate written solicitation will not be issued. Numerous Federal Acquisition Regulation (FAR) clauses are incorporated by reference. The Service Contract Labor Standards may apply. No specific qualification requirements are needed for eligibility. Technical Point of Contact for the SOW is Dr. Crystal Loving (crystal.loving@usda.gov).