Fish genome and transcriptome sequencing

Solicitation number F6088-190025/A

Publication date

Closing date and time 2019/12/27 12:30 EST

Last amendment date


    Description
    Trade Agreement: NONE
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Government Objectives Representing Best Interests/Value to Govt
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Vertebrate Genome Laboratory
    The Rockefeller University
    1230 York Avenue
    New York New York
    United States
    10065
    Nature of Requirements: 
    
    
    Title: Fish genome and transcriptome sequencing
    
    Advance Contract Award Notice (ACAN)
    An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.
    
    Definition of the Requirement
    Title: Fish genome and transcriptome sequencing
    The Department of Fisheries and Oceans (DFO) has a requirement for chromosome-level genome sequencing, assembly, and annotation for four marine species of commercial and ecological value.
    Fisheries and Oceans Canada’s requires the sequencing of several animal genomes (Lumpfish, Rainbow Smelt, Cunner, and Snow Crab) to provide baseline genomic information on genomic architecture, genes of adaptive interest, and population genomics to better inform stock structure and gene flow to meet program-specific needs related to aquaculture and marine conservation area design and monitoring.
    The samples are currently stored in uniquely identified vials frozen in liquid nitrogen and preserved at -80°C. High molecular weight DNA will need to be extracted by the contractor prior to sequencing and optical mapping.
    The genomics facility must have the ability to extract ultrapure, very high molecular weight DNA (>100Kb) via agarose plug extraction to ensure DNA of sufficient length is available for single molecule real-time sequencing, optical mapping, and chromatin conformation capture. The facility must be equipped to purify extracted DNA, and perform library preparation for 10X linked read sequencing on a NovaSeq 6000 sequencer at a minimum of 50X depth, Pacbio continuous long reads at a minimum depth of 50X, Bionano optical mapping at a depth of 100X, and HiC chromatin conformation capture at a minimum depth of 50X to ensure a complete, chromosome-level, phased genome assembly per species. Assembly of each genome using all combined sequencing techniques will be necessary as well. 
    After genome sequencing and assembly by the contractor, the contractor will be responsible for submission of raw sequences and assembly files to NCBI but will also provide all raw, intermediary, and final files to DFO project leads for on-site curation.  
    Tasks:
    - Extraction of high molecular weight DNA via agarose plug method and DNA quality control
    - Library preparation and sequencing of phased 10X linked reads, phased Pacbio continuous long reads, high-coverage optical mapping, and HiC chromatin conformation capture
    - Phased genome assembly using all combined sequencing technologies, per species
    - All raw, intermediary, and final assembly files submitted to NCBI and transferred to DFO project leads.
    Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements)
    - Any interested supplier must demonstrate by way of a statement of capabilities that its product/equipment/system meets the following requirements:
    - Capability to perform very high molecular weight DNA extractions (ideally via agarose plug extraction)
    - Library preparation for current high throughput DNA sequencing methods, including 10X linked reads, Illumina NovaSeq, PacBio long read sequencing, Bionano optical mapping, and HiC chromatin conformation capture
    - Established protocols and algorithms for complex phased genome assembly using each of the aforementioned technologies 
    - Computing power required to assemble large genomes using complex algorithms (typically at least 256-500Gb of RAM)
    - Capability of high-throughput genetic analysis and data management for multiple genomes
    Justification for the Pre-Identified Supplier 
    VGL has developed the most effective and streamlined pipeline for error-free de-novo genome sequencing available. No alternative service providers offer the same in-house services for genome sequencing, assembly and scaffolding that specifically use the platforms available at VGL and that are required to meet DFO’s needs for a highly accurate and complete reference genomes. 
    Government Contracts Regulations (GCRs) Exception and Limited Tendering Reasons
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - only one person is capable of performing the work.
    The Vertebrate Genome Laboratory (VGL) is the only facility in North America with the technical capacity to sequence full genomes on this scale, including: extract DNA of sufficient quality for combined 10X/Pacbio sequencing, optical mapping, and chromatin conformation capture; conduct library preparation and sequencing of 10X, Pacbio, Bionano optical mapping, and HiC chromatin conformation capture; assembly of complex eukaryotic genomes using each of the aforementioned technologies; and storing, processing and tracking the data. The VGL currently has the technical capacity and necessary equipment to perform agarose plug extractions, the equipment necessary for each sequencing technology, algorithms to merge multiple data types (without errors) and create phased genome assemblies, and the ability to curate the large amount of raw data produced from these genome sequences.
    Ownership of Intellectual Property 
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
    
    -Canada intends to retain ownership of any Foreground Intellectual Property arising out of the proposed contract on the basis that the main purpose of the contract is to generate knowledge and information for public dissemination.
    Period of the Proposed Contract
    The period of the proposed contract is from date of award to March 31, 2020.
    
    Cost Estimate
    The estimated limitation of the proposed contract is $56,000.00 USD plus tax.
    
    Name and address of the pre-identified supplier 
    Vertebrate Genome Laboratory
    The Rockefeller University
    1230 York Avenue
    New York, NY
    Suppliers' right to submit a statement of capabilities 
    
    Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    Closing date for a submission of a statement of capabilities 
    
    The closing date and time for accepting statements of capabilities is:
    December 20, 2019 at 2:00 p.m. NST
     
    Inquiries and submission of statements of capabilities 
    Inquiries and statements of capabilities are to be directed to: 
    Janice Baird, Supply Specialist 
    Public Services and Procurement Canada
    John Cabot Building 
    10 Barter’s Hill
    St. John’s, NL
    Telephone:  709-682-1588
    Facsimile:  709-772-4603
    E-mail: janice.baird@pwgsc-tpsgc.gc.ca
    
    
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award.  However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process.
    
    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page.
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Baird, Janice
    Phone
    (709) 682-1588 ( )
    Email
    janice.baird@pwgsc-tpsgc.gc.ca
    Fax
    (709) 772-4603
    Address
    Cabot Place, Phase II, 2nd Floor
    Box 4600
    St. John's, NL, A1C 5T2

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Newfoundland and Labrador
    Procurement method
    Non-Competitive
    Selection criteria
    Consulting Services Regarding Matters of a Confidential Nature
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: