THIS IS A Sources Sought Notice ONLY.
The U.S. Government desires to procure the professional services to collect samples from two studies will be processed. These studies aim to 1) determine which tree species are the most important sources of pollen to native bees based on gut contents, and 2) reveal the diet breadth of the Asian needle ant, an invasive species suspected of contributing to declining bee populations.
Project. Metabarcoding Forest Insect Gut Contents.
Scope. USDA Southern Research Station RWU4552, Athens, GA 30602-2044 requires Scientific Support services to Targeted amplicon sequencing of DNA extracted from the guts of native bee species and the Asian needle ant.
Objective. To better understand the resource requirements of native pollinators (i.e., which tree species represent important sources of pollen in forests) as well as the ecological impacts of the invasive Asian needle ant, amplicon sequencing is needed to determine what these insects have been ingesting.
Technical Requirements. Beginning with DNA extracts, the contractor will 1) add Illumina amplicons, 2) clean up PCR product, 3) conduct library pooling, 4) perform pre-sequencing QC, 5) proceed with Illumina NextSeq2000 2x300bp flow cell (P1).
This notice is issued solely for information and planning purposes – it 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 U.S. Government 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 sources 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. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued.
The anticipated NAICS code is 541690 Other Scientific and Technical Consulting Services.
Submit responses to Heather Harkley, at heather.harkley@usda.gov and courtesy copy to the Contracting Officer Nestor Rivera Gonzalez at nestor.riveragonzalez@usda.gov
Submit response no later than due August 14, 2025.
In response to this source sought, please provide:
1. Name of the firm, point of contact, phone number, email address, UEI number, CAGE code, 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.
2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.
3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), current capabilities, pertinent certifications, etc., that will facilitate making a capability determination.
4. Information to help determine if the services are commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.