Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 16, 2024 SAM #8237
SOLICITATION NOTICE

65 -- Notice of Intent to Sole Source

Notice Date
6/14/2024 6:46:53 AM
 
Notice Type
Presolicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
ARMY MED RES ACQ ACTIVITY FORT DETRICK MD 21702 USA
 
ZIP Code
21702
 
Solicitation Number
JA24-06-1583
 
Response Due
7/1/2024 8:00:00 AM
 
Archive Date
07/16/2024
 
Point of Contact
Kasey Carroll, Courtney Piar
 
E-Mail Address
kasey.l.carroll.civ@health.mil, courtney.a.piar.civ@health.mil
(kasey.l.carroll.civ@health.mil, courtney.a.piar.civ@health.mil)
 
Description
THIS IS A NOTICE OF INTENT TO AWARD A SOLE-SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. The United Stated Army Medical Research Acquisition Activity (USAMRAA) intends to negotiate on a sole source basis, IAW FAR 13.5, Integrated DNA Technologies, Inc. (IDT) as the only responsible source that can provide the customized reagents manufactured by Integrated DNA Technologies, Inc. (IDT).� This acquisition is being conducted under FAR Part 12 Acquisition of Commercial Items. Provisions and clauses in effect through Federal Acquisition Circular are incorporated. The US Army Research institute of Environmental Medicine (USARIEM) intends to procure a firm-fixed-price blanket purchase agreement (BPA) with a Five (5) Year Ordering Period for the purchase of custom reagents (oligos, unique dual index (UDI) adapter plates, and amplicon panel with Illumina library preparation) manufactured by IDT. The AFMES-DNAops has a requirement for the purchase of custom reagents (oligos, unique dual index (UDI) adapter plates, and amplicon panel with Illumina library preparation) manufactured by IDT. IDT is the sole manufacturer and reseller of the custom reagents that are specifically mandated for this mission requirement and have been previously validated in accordance with AFMES-DNAops ANSI National Accreditation Board (ANAB) -IS0-17025 and Federal Bureau of Investigation Quality Assurance Standard protocols (FBI-QAS). The IDT custom reagents include the following: 1) custom oligos at varying concentrations and purities to support the previously validated protocols for PCR amplification and Sanger sequencing, 2) single-use Illumina UDI adapter plates for full reaction (15 uM) and half reaction (7.5 uM) NGS library preparation to support the previously validated protocols for manual and automated adapter ligation and indexing; and 3) PCR enrichment and single-tube Illumina library preparation of the FORensic Capture Enrichment (FORCE) single nucleotide polymorphism (SNP) markers to support the previously validated protocols for SNP analysis and extended kinship prediction. These custom products cannot be interchanged with other products due to the validation requirements necessary for maintaining laboratory accreditation and providing forensic identifications of missing U.S. service members. The intended procurement will be classified under North American Industry Classification System (NAICS) 325413 with a Small Business Size Standard of 1,250. This notice of intent is not a request for competitive proposals and no solicitation document will be posted for this requirement. However, parties interested in responding to this notice shall submit technical data, including cost, sufficient to determine capability in providing the same product. All capability statements received by closing of this notification of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Submit email capabilities statements (using PDF, MS Word, Excel attachments) to Kasey Carroll at kasey.l.carroll.civ@health.mil. Statements are due no later than 11:00 A.M. EST on 1 July 2024. Late responses will not be reviewed. ��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1e50098853cd481ab735c5b6509919e6/view)
 
Place of Performance
Address: Dover AFB, DE, USA
Country: USA
 
Record
SN07098430-F 20240616/240614230126 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.