66--PA LAMAR NFH & NE FSHRY CTR NOTICE OF INTENT
ID: DOIFFBO250062Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 9:00 PM UTC
Description

The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Illumina Inc. for the procurement of sequencing reagents, kits, and primers essential for environmental DNA (eDNA) analysis at the Lamar National Fish Hatchery and Northeast Fishery Center in Pennsylvania. The specific items required include the NextSeq 1000/2000 P1 and P2 XLEAP-SBS Reagent Kits, as well as Illumina DNA/RNA UD Indexes Sets A-D, which are critical for maintaining uniformity in lab operations and ensuring quality assurance in data generated from various aquatic invasive species detection projects. Interested parties may submit responses demonstrating the advantages of competition by April 7, 2025, to Lee Ann Riley at lee_riley@fws.gov, as this announcement serves as the official notice of procurement with no intention of compensating for information provided.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 3:05 PM UTC
The document outlines a Request for Proposal (RFP) focused on the procurement of various genetic sequencing kits and related products manufactured by Illumina, Inc. Key items include the NextSeq 1000/2000 P1 and P2 XLEAP-SBS Reagent Kits, designed for 600 and 100 cycles of sequencing, respectively, with features such as dual indexing and various flow cell configurations. Additionally, the document specifies the Illumina DNA/RNA UD Indexes Sets A-D, providing unique dual indexing capabilities for sample identification. Also highlighted is the NextSeq PhiX Control Kit, which serves as a DNA control for sequencing validation. The delivery of these items must be FOB Destination, with all expenses covered by the contractor. Furthermore, the contractor is responsible for installation, adhering to industry standards without government assistance. The designated delivery location is the Northeast Fishery Center in Lamar, PA, with specific instructions regarding communication prior to delivery. The primary technical point of contact is identified as Samantha Silverbrand, reinforcing the document's focus on ensuring compliance with procurement processes and operational standards for scientific equipment within federal capacities.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
66--Special Notice of Intent to Sole Source Award
Buyer not available
The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to Smith-Root, Inc. for the procurement of eDNA compact filtration units essential for maintaining sample integrity and logging metadata. This acquisition is critical for the Environmental DNA metabarcoding program, as Smith-Root is the sole manufacturer of the required filtration units, which are necessary for the operational needs of multiple Fish and Wildlife Conservation Offices (FWCOs). The urgency of this procurement stems from the need to avoid delays associated with validating alternative products, which have been deemed less compatible and more costly. Interested parties may submit capability statements via email to Carter Duke at carterduke@fws.gov, but no telephone inquiries will be accepted.
L--OR CLARK R BAVIN FORENSIC FIREARMS ANAYL
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking to contract with Forensic Analytical Inc. for forensic laboratory services to analyze projectiles and firearms as part of its National Fish and Wildlife Forensic Laboratory (NFWFL) operations. The selected contractor must be accredited by the Association of Firearms and Toolmarks Examiners (AFTE) and adhere to strict chain-of-custody protocols while providing expert analysis and court testimony. This sole-source procurement is justified due to the unique qualifications and capabilities of Forensic Analytical Inc., which align with the specialized needs of the NFWFL. Interested parties may submit capability statements to Oscar Orozco at oscarorozco@fws.gov by April 14, 2020, as the contract is expected to span 12 months with four optional years, under NAICS code 541380.
58--Special Notice of Intent to Sole Source Award
Buyer not available
The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to Wildlife Acoustics, Inc. for the procurement of specialized bat monitoring equipment, specifically the SM4Bat-FS detector model, essential for bat acoustic research. This equipment is critical for projects in collaboration with the U.S. Air Force and Army, which require field-durable devices capable of detecting specific frequencies necessary for effective research. The sole-source justification emphasizes that no viable alternatives exist for these acoustic monitors, ensuring compliance with unique operational needs and maintaining research integrity. Interested parties may submit a statement of capabilities via email to Carter Duke at carterduke@fws.gov, although no telephone requests will be honored.
D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Callyo 2009 Corp for specialized mobile device application software designed for field agent investigations. This software will enable agents to utilize temporary phone numbers and remotely monitor undercover calls, ensuring secure communication during investigations. The procurement is critical for enhancing law enforcement capabilities within the agency, as it provides essential tools for recording and monitoring conversations with cooperating witnesses. Interested parties may express their interest and capability to respond to this requirement by April 13, 2025, with inquiries directed to Melissa Niemi at melissaniemi@fws.gov.
NULISAseq CNS Disease Panel 120 Kit or Equivalent
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking information from qualified sources regarding the availability of the Alamar NULISAseq CNS Disease Panel 120 Kit or equivalent products. The objective is to procure three kits to aid in the investigation of biomarkers for neurodegenerative diseases, which are critical for early diagnosis and potential preventive measures. This procurement is essential for the NIH's Laboratory of Clinical Investigation, which focuses on isolating and measuring biomarkers from patient plasma to improve disease detection and management. Interested companies must submit their capability statements by April 11, 2025, to Eric McKay at eric.mckay@nih.gov, ensuring they include relevant details such as their business type and manufacturing information.
Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits
Buyer not available
Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits The Department of Health and Human Services, Department of, National Institutes of Health, is planning to procure BD Rhapsody Single-Cell Analysis Reagent Kits. These kits are used for the manufacture of human cells and tissue-based products utilized in phase I/II clinical protocols for transplantation, adoptive immunotherapy, and gene therapy conducted in the Clinical Center at the NIH. The procurement includes a standing order for multi-type sequencing kits and reagents with a short shelf life. The contractor will be responsible for shipping the sufficient reagents and kits following the scheduled delivery dates. The shelf life of the sequencing reagents should be at least 3 months, and the shelf life of library generation kits should be at least 6 months. The contractor is also required to provide technical support for all kits and reagents at no additional cost. The period of performance for this procurement is from 5/1/2024 to 8/30/2024. The delivery schedule is overnight delivery Monday through Thursday to the Center for Cellular Engineering (CCE) at NIH/CC in Bethesda, MD. The vendor will be responsible for ensuring the safe transport of cryopreserved patient cells and maintaining the temperature and other parameters during the shipment of reagents and kits. The contractor will be paid per product delivered and is required to provide hard copies of proofs of each product delivered. Interested parties can submit their capabilities to the Office of Purchasing and Contracts by May 1st, 9:00 AM EST. Please note that this is not a request for proposal.
VetAlert FMD and ASF test kits
Buyer not available
The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking to establish a sole-source indefinite delivery indefinite quantity (IDIQ) contract with Tetracore, Inc. for the procurement of diagnostic kits for Foot and Mouth Disease (FMD) and African Swine Fever (ASF). The USDA plans to purchase an initial 500 test kits for each disease, valued at $352,800 each, with potential annual renewals over a three-year period, emphasizing the critical need for these kits to maintain animal health readiness and prevent significant economic impacts from disease outbreaks. The justification for this sole-source procurement highlights Tetracore's unique qualifications, as it holds the only USDA licenses for these specific test kits and has validated products that meet regulatory standards. Interested parties can contact Jason L. Wilking at Jason.L.Wilking@usda.gov or by phone at 612-336-3210 for further information.
58--Special Notice of Intent to Sole Source Award
Buyer not available
The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to Telonics, Inc. for the procurement of global positioning system (GPS) radio collars, which are essential for monitoring grizzly bear movements in the Cabinet, Purcell, and Selkirk Mountains across Montana, Idaho, and Washington. This procurement falls under the NAICS code 334220, focusing on Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, and is categorized under the PSC code 5895 for Miscellaneous Communication Equipment. Interested parties who believe they can fulfill this requirement are invited to submit a statement of capabilities via email to carterduke@fws.gov, as this notice does not constitute a solicitation and no telephone inquiries will be accepted.
Notice of Intent to Single Source to Elemental Scientific, Inc
Buyer not available
The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with Elemental Scientific, Inc. for the annual preventative maintenance and emergency repairs of the ESI PrepFAST IC Automated Speciation System used at the National Seafood Inspection Laboratory (NSIL) in Pascagoula, MS. This specialized equipment is crucial for the laboratory's role in detecting and confirming metals contamination in seafood, aligning with FDA standards for food safety. The estimated contract value is $88,725 over three years, and interested parties may submit a Capability Statement by 5:00 PM EST on December 26, 2024, to the Contracting Officer, Suzanne Johnston, at Suzanne.Johnston@noaa.gov.
BacT ALERT FA/FN Plus Culture Services
Buyer not available
The Department of Defense, through the Air Force Test Center at Eglin Air Force Base, intends to award a sole-source, firm-fixed-price contract to Biomerieux for the provision of reagents necessary for BacT/ALERT culture services. The procurement includes two specific items: CLIN 0001 for BacT Alert FA Plus and CLIN 0002 for BacT Alert FN Plus, each requiring quantities of 12, with a base year and four option years. These reagents are critical for in-vitro diagnostic applications, supporting essential functions in medical testing and analysis. Interested parties are encouraged to submit written responses by 9:00 am CDT on April 14, 2025, to assess the potential for competitive procurement, with inquiries directed to Christina A. Blair at christina.blair.3@us.af.mil.