Metagenomic or Shotgun Sequencing
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 U.S. Department of Agriculture (USDA), Agricultural Research Service (ARS), is soliciting quotes for Metagenomic or Shotgun Sequencing services under RFQ 1232SA26Q0300. This Total Small Business Set-Aside seeks a vendor to perform shallow shotgun sequencing on 310 bacterial DNA samples using the Illumina pipeline. Quotes are due March 16, 2026, at 5:00 p.m. ET.
Scope of Work
The selected vendor will receive two shipments of extracted DNA from bacterial pellets (177 and 133 samples, totaling 310) to be shipped overnight on dry ice. Within 45 days of sample receipt, the vendor must complete sequencing and data transfer. Key requirements include:
- Performing shallow shotgun sequencing using the Illumina pipeline to ensure comparability with existing data, producing 3-5 million read pairs per sample (0.9 to 1.5 Gbp for 2x150 bp reads).
- Generating DNA libraries, including fragmentation (method to be provided), addition of adaptors and molecular barcode indices (specifics to be provided), and pooling. Quality control (e.g., pico green, gel electrophoresis) is required.
- Including both negative (water) and positive controls during library preparation (one set per batch).
- Performing quality control on raw sequencing reads, including demultiplexing and adaptor removal.
- All work must be performed in the United States.
- Deliverables include detailed sequencing protocols, QC data, adaptor/index information, raw data files via a secure portal, demultiplexed/adapter-trimmed data, and the return of any leftover DNA. Samples will be provided in a 96-well plate format.
Contract Details
This acquisition anticipates a firm-fixed-price contract with one award. The estimated period of performance is one year, from March 25, 2026, to March 25, 2027.
Submission Requirements
Quotes must be submitted on company letterhead and include:
- Vendor Details: SAM.gov UEI Number.
- Technical Documentation: Descriptive material and a "meets/does not meet" statement for all minimum specifications. The chosen library preparation method will be evaluated.
- Pricing: A total price for all contract requirements, inclusive of all shipping/delivery costs. Offerors must include the cost of shipping remaining DNA back to the USDA.
- Timeline: Estimated lead time/delivery date.
- Validity: Quotes must be valid for at least 60 days. All email correspondence must include the solicitation number in the subject line.
Evaluation Criteria
Award will be made to the offeror representing the best value to the Government, based on a comparative evaluation of Price and Technical Capability. The Government reserves the right to select a technically superior solution, even if it is not the lowest priced.
Key Dates & Contact
- Questions Due: March 11, 2026, 1:00 p.m. ET
- Quotes Due: March 16, 2026, 5:00 p.m. ET
- Contact: Richard Hawthorne at richard.hawthorne@usda.gov
Place of Performance
USDA - ARS - DAIRY AND FUNCTIONAL FOODS RESE, 600 EAST MERMAID LANE, WYNDMOOR PA 19038.
Additional Notes
This is a Total Small Business Set-Aside under NAICS Code 541380 (Testing Laboratories and Services) with a $19M size standard. The Service Contract Labor Standards may apply, and a wage determination for Bucks, Chester, and Montgomery counties in Pennsylvania is attached to the solicitation.