SPECIAL NOTICE
65 -- PCR reagents for SARS-CoV-2 Testing
- Notice Date
- 3/23/2022 2:45:48 PM
- Notice Type
- Special Notice
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- AGRICULTURE, DEPARTMENT OF US
- ZIP Code
- 00000
- Response Due
- 4/22/2022 9:00:00 AM
- Point of Contact
- Robert J. Zeglin, Phone: 612-336-3205
- E-Mail Address
-
Robert.J.Zeglin@usda.gov
(Robert.J.Zeglin@usda.gov)
- Description
- The United States Department of Agriculture (USDA) Animal Health Inspection Service (APHIS) Wildlife Services (WS) located in Fort Collins, CO intends to issue a noncompetitive contract to Bio-Rad. of Hercules, California for Reliance One-Step Multiplex Supermix. �This Notice does not represent a commitment by the government to pay costs incurred from the preparation and/or submission of data in response to this notice. This purchase will be under the statutory authority permitting Other than Full and Open Competition 41 U.S.C. 253( c )(1) FAR 6.302-1 which states; The property or services needed are available from only one responsible qualified source at this time and no other type of property or services will satisfy these needs. Description USDA APHIS WS was recently funded through the American Rescue Plan to conduct COVID-19, monitoring and surveillance in animals throughout the US. This includes work to detect new and emerging variants. For detection of virus, USDA scientists have identified the Reliance One-Step Multiplex Supermix, produced by Bio-Rad, as the ideal PCR platform for viral detection. A Blanket Purchase Agreement (BPA) is requested by USDA APHIS WS to facilitate future unknown quantity purchases of the Reliance One-Step Multiplex Supermix. The specific testing needs are unknown due to the need being driven by the total number of samples which come back from the field. Requirement USDA Wildlife Services (WS) requests a BPA be established to provide Reliance One-Step Multiplex Supermix. This specific test is currently in use by USDA scientists for monitoring and surveillance efforts; however, the American Rescue Plan has directed our agency to greatly expand the scope of this work. �USDA expects to monitor up to 42,000 individual white-tailed deer for COVID over multiple years. Additional projects are also funded to detect SARS-CoV-2 in other wildlife species and zoo animals. �The specific number of animals which ultimately will be monitored under this effort is unknown. These reagents have defined shelf-life, thus ordering in bulk to meet the anticipated need is not feasible. �� The USDA intends to issue a commercial firm-fixed price Blanket Purchase Agreement (BPA) for this requirement. � This notice of intent is NOT a request for proposals or competitive quotations. Request for copies of a solicitation in response to this notice will not be honored or acknowledged. A determination not to compete this proposed action is solely within the discretion of the Government.� Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Respondents should ensure the information provided is detailed, current, accurate and complete.� A determination by the Government not to compete this proposed contract based on the responses to this notice is solely within the discretion of the government. However, if a firm believes it can meet the requirements it must furnish information about its products, pricing, and specifications, as well as three (3) references for other customers who are using these products �to the Contracting Specialist by 10:00 am Mountain Time (MT) on or before the closing date of this notice. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the above requirement. All information submitted should support the capability to provide the items required and shall be furnished at no cost or obligation to the Government. The Government reserves the right to cancel the Sole Source Award. The primary North American Industry Classification System (NAICS) code is 325413 In-Vitro Diagnostic Substance Manufacturing, Small Business Size: 1,250 employees. Responses received after the response date or without the required information will be deemed nonresponsive to the synopsis and will not be considered. Capability statements may be sent to: Contracting Officer, Robert Zeglin, �Robert.J.Zeglin@usda.gov.� Place of Contract Performance: USDA APHIS WS NWRC 4101 Laporte Ave Fort Collins, CO 80521
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4eee325c90a44b708f2e19a79f26da67/view)
- Place of Performance
- Address: Fort Collins, CO 80521, USA
- Zip Code: 80521
- Country: USA
- Zip Code: 80521
- Record
- SN06276113-F 20220325/220324211502 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |