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--NOTICE OF INTENT LAMAR NFH NE FSHRY CTR LAB EQUIP
Buyer not available
The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to Avantor Science Central for the procurement of essential cold storage equipment and low-temperature ovens for the environmental DNA laboratory at the Northeast Fishery Center in Lamar, Pennsylvania. This procurement includes ultra-cold freezers, standard freezers, refrigeration units, and low-temperature ovens, specifically designed to meet the laboratory's operational needs and layout requirements. The equipment is critical for advancing genetic research and ensuring compliance with federal safety and operational standards in scientific initiatives. Interested parties may submit capability statements to Contracting Specialist Lee Ann Riley at leeriley@fws.gov by 2:00 PM EDT on April 18, 2024, to demonstrate their ability to provide competitive alternatives. This announcement serves as the only notice for this procurement, which will not be open for competitive quotes.
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.
R--Sequencing 300 TNA Samples
Buyer not available
The Environmental Protection Agency (EPA) is seeking contractors to perform sequencing on 300 TNA samples and prepare libraries as part of its research and development initiatives. This procurement aims to enhance the agency's capabilities in analyzing genetic material, which is crucial for environmental monitoring and assessment. The contract falls under the NAICS code 541715, focusing on research and development in the physical, engineering, and life sciences, and is categorized under PSC code R499 for professional support services. Interested parties can reach out to Melissa Heidenthal at Heidenthal.Melissa.M@epa.gov or call 919-541-0517 for further details regarding this presolicitation opportunity.
B--Intent to Award Chlorophyll-a and Genomic Sample Analysis
Buyer not available
The U.S. Geological Survey (USGS) intends to award a sole source contract to Rensselaer Polytechnic Institute's Darren Fresh Water Institute (DFWI) for chlorophyll-a and genomic sample analysis, supporting the New York Water Science Center's monitoring project of remote Adirondack lakes. The contract aims to ensure the continuity and scientific integrity of long-term data collection and analysis, which is critical for maintaining comparability in environmental studies. This non-competitive firm fixed-price purchase order is set for the period from May 1, 2025, to April 30, 2026, with four option years available. Interested parties may submit capability statements to Jenna Dunning at jmdunning@usgs.gov by April 11, 2025, with the anticipated award date on April 21, 2025.
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.
B--ID-FWS DWORSHAK-NPDES TESTING FY25
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide National Pollutant Discharge Elimination System (NPDES) testing services at the Dworshak and Kooskia National Fish Hatcheries in Idaho. The contract aims to ensure compliance with clean water standards through periodic testing of water quality parameters, including total phosphorus and total suspended solids, over a performance period from April 1, 2025, to September 30, 2029. This procurement is critical for maintaining environmental integrity and compliance with federal regulations, reflecting the government's commitment to ecological sustainability. Interested vendors must submit their offers electronically by April 14, 2025, and can contact Roger Lockhart at rogerlockhart@fws.gov or 404-679-7124 for further information.
B--Notice of Intent to Sole Source
Buyer not available
The United States Geological Survey (USGS) intends to award a Sole Source contract to Microbac Laboratories for the analysis of water samples related to the Allegheny County Sanitary Authority (ALCOSAN). This procurement involves testing for fecal coliform densities, Escherichia coli bacterial densities, and Biochemical Oxygen Demand (BOD5) over a two-year period, ensuring scientific consistency with previous studies. The total estimated value of the contract is approximately $38,000, and interested parties must submit their capability statements by April 14, 2025, at 10:00 AM Mountain Time to Mindie Dixon at mdixon@usgs.gov.
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.
Notice of Intent to Sole Source Immunoassays
Buyer not available
The Uniformed Services University of the Health Sciences (USUHS), part of the Department of Defense, intends to award a sole-source, firm-fixed-price contract to Meso Scale Diagnostics, LLC for the procurement of immunoassays targeting proinflammatory and neurological analytes. The contract is based on Meso Scale's exclusive V-PLEX® technology, which is specifically designed to work with their own Imager instruments currently in use at USUHS, making alternative options impractical. This procurement is crucial for enhancing USU's health education and research capabilities, which are vital for supporting military medical readiness. Interested parties are invited to submit competitive bids if they can demonstrate that competition would be beneficial, with responses required via email by the specified deadline. For further inquiries, contact Christopher White at christopher.white@usuhs.edu.