Notice of Intent - Sole Source Contract for Qiagen CLC Genomics WB Premium Network Software license
ID: PANDHA25P0000011535Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)ARMY MED RES ACQ ACTIVITYFORT DETRICK, MD, 21702, USA

NAICS

Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services (518210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
  1. 1
    Posted Apr 16, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 16, 2025, 12:00 AM UTC
  3. 3
    Due May 8, 2025, 4:00 PM UTC
Description

The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a sole source contract to Qiagen LLC for the CLC Genomics WB Premium Network Software license. This procurement aims to secure a web-based research platform for DNA and RNA analysis, which is critical for the research conducted at the Walter Reed Army Institute of Research. The contract will include a one-year base license period with four optional one-year extensions, and Qiagen LLC is identified as the only source capable of providing this software. Interested parties must submit their responses by the deadline of 15 days from the notice publication, and inquiries can be directed to Mr. Keith C. Crum at keith.c.crum.civ@health.mil.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Qiagen Equipment Maintenance and Repair Services for the DCPH-A Laboratory Sciences Directorate
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a firm-fixed price contract to Qiagen LLC for the provision of maintenance and repair services for Qiagen equipment utilized by the Defense Centers for Public Health-Aberdeen (DCPH-A). The procurement encompasses annual preventative maintenance, unlimited repair services using Qiagen certified parts, software support, and technical assistance for laboratory instruments critical to the DCPH-A's mission of conducting comprehensive analyses for public health. This specialized service is essential as Qiagen LLC is the sole original equipment manufacturer (OEM) authorized to provide these services, ensuring the integrity and functionality of the equipment used in environmental and industrial hygiene assessments. Interested parties must submit capability statements by 11:00 AM EDT on May 8, 2025, to the primary contact, Brandon Roebuck, at brandon.m.roebuck.civ@health.mil, as no competitive proposals will be solicited for this requirement.
COVID-19, Influenza A/B, Seasonal Influenza A subtyping, Influenza A/H5 and Influenza A/H7 Extraction Reagents
Buyer not available
The Department of Defense, through the Naval Medical Research Center (NMRC), intends to award a sole-source contract to Roche Diagnostics Corporation for the procurement of essential supplies required for COVID-19 and various influenza detection assays. This contract encompasses the purchase of reagents for 1,000 extraction reactions every two months over a total of six shipments, amounting to 6,000 reactions, with a total funding of $52,920 allocated from Navy Fiscal Year 2025 funds. The unique qualifications of Roche Diagnostics necessitate this sole-source acquisition, as their products are the only ones meeting the required diagnostic grade quality, thereby excluding competitive bidding under applicable regulations. Interested parties may contact Shamai Carter at shamai.m.carter.civ@health.mil or Deborah Sharpe at deborah.m.sharpe2.civ@health.mil for further information.
Notice of Intent to Sole Source - USAMRDC/DHA Marketing Tool Subscription
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity (USAMRAA), intends to issue a sole source contract to Global Action Alliance Inc for a Marketing Tool Subscription aimed at supporting the U.S. Army Medical Research and Development Command and the Defense Health Agency. This subscription will provide access to a commercial Artificial Intelligence tool designed to assist licensing professionals in identifying biotechnology and pharmaceutical companies that are suitable for licensing Department of Defense intellectual property, offering insights into patents, clinical trials, and company data. The procurement underscores the significance of technological advancements and partnerships in military medical research and development. Interested parties are encouraged to submit evidence of comparable services by the specified deadline; otherwise, the sole source award will proceed. For further inquiries, contact Skylar Wells at skylar.a.wells2.civ@health.mil.
Notice of Intent to Sole Source Cost Per Reportable Testing and Lease of MicroScan WalkAway for Naval Medical Center Portsmouth
Buyer not available
The Department of Defense, through the Defense Health Agency, intends to award a sole source Firm-Fixed-Price contract to Beckman Coulter, INC. for the provision of a Cost Per Reportable MicroScan WalkAway system, which includes equipment lease, consumables, and maintenance support. This procurement is critical as the MicroScan WalkAway system is already validated and in use at the Naval Medical Center Portsmouth, ensuring continuity in laboratory operations and avoiding substantial duplication of costs estimated at approximately $300,000 if a new vendor were to be selected. The total estimated value of the contract is $550,348, with a performance period starting from June 1, 2025, to May 31, 2026, and the Government is seeking responses that demonstrate the advantages of competition. Interested parties can direct inquiries to Contract Specialist Lisa Wilk at lisa.c.wilk.civ@health.mil, and should reference "Notice of Intent Question Submission 12215615" in their correspondence.
BioAssembly Printer Accessories
Buyer not available
The Department of Defense, through the Naval Medical Research Center, intends to award a sole source contract for specialized bioassembly printer accessories to Advanced Solutions Life Sciences. The procurement includes a Single Channel Pipette BioAssemblyBot Hand, an 8-Channel Pipette, a BioAssemblyBot 500 8-Channel Liquid Handling Bundle, and a Single Cell Dispense BioAssemblyBot Hand, along with on-site installation, configuration, training, and support services. This equipment is crucial for research and development projects aimed at enhancing combat casualty care and operational readiness for military personnel, with a contract period expected to last one year from the date of award. Interested parties may contact Timothy A. Daniels at timothy.a.daniels18.civ@health.mil or 301-319-6411 for further information.
Microbial Testing Supplies - Bridge Contract
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking to award a sole-source bridge contract for microbial testing supplies to Biomerieux Inc., covering the period from October 1, 2024, to September 30, 2025. This procurement is essential for the William Beaumont Army Medical Center Laboratory, as it involves leasing a microbial identification analyzer and a mass spectrometer, along with necessary reagents and middleware/server interface provision. The unique requirements for ATO authorization on DHA networks necessitate this sole-source approach, as Biomerieux is the only contractor capable of meeting these needs without service disruption. Interested parties can contact Troy Loge at troy.a.loge.civ@health.mil or Robyn Villafranco at Robyn.A.Villafranco.civ@health.mil for further details, with the total contract value estimated at $213,334.67.
6640--FY 25 Short Term Emergency Contract Molecular Random Access Analyzer
Buyer not available
The Department of Veterans Affairs intends to award a sole-source contract to Cepheid for a Short Term Emergency procurement of a Molecular Random Access Analyzer, specifically the Cepheid GeneXpert Infinity Reagents and Consumables. This procurement is conducted under FAR 13.5 Simplified Procedures for Certain Commercial Items, emphasizing the need for efficient acquisition of critical laboratory equipment. The selected vendor must demonstrate technical capability to meet the government's requirements, with responses due by January 17, 2025, at 2:00 PM Eastern Time. Interested parties should submit their technical packages to Contract Specialist Darrin Alexander at darrin.alexander2@va.gov, noting that the government will not compensate for the information provided.
Molecular Diagnostics Analyzer and Reagents for detection of the Antibodies and Pathogens
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking sources for a contract to provide a Molecular Diagnostics Analyzer and Reagents for the detection of antibodies and pathogens, including Herpes simplex virus (HSV 1 and 2), congenital cytomegalovirus (CMV), Candida auris, and Varicella Zoster Virus (VZV). The procurement aims to enhance diagnostic capabilities at the Joint Base Lewis McChord Health Contracting Branch by acquiring FDA-approved systems that can perform qualitative nucleic acid amplification testing (NAAT) with rapid results and minimal downtime. This initiative is critical for improving patient care and operational efficiency in public health laboratories. Interested parties are encouraged to submit their capabilities statements and relevant information to Cindy Means at cindy.j.means.civ@health.mil by the specified deadline, as this sources sought notice is for market research purposes and does not constitute a formal solicitation.
Using Protease Cascades to Detect Protein Targets
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, is seeking to award a sole source contract to Potomac Affinity Proteins, LLC for the development and testing of a protease cascade designed to detect protein targets in environmental samples. This innovative research requirement involves the use of target-specific antibodies or related ligands to aggregate protein targets and initiate a signal cascade, which is critical for advancing biotechnology applications in health and safety. The contract will be awarded without further competition unless other capable sources respond by the deadline of 12:00 PM EST on May 6, 2025, with evidence of their ability to meet the requirements. Interested parties should direct their inquiries to Tara Borntreger at tara.j.borntreger.civ@health.mil or Jayme Fletcher at jayme.l.fletcher2.civ@health.mil.
AB Assurance Service Contract
Buyer not available
The Department of Defense, through the Naval Medical Research Center (NMRC), intends to award a sole source contract to Life Technologies Corporation for a preventative maintenance service contract known as the "AB Assurance Plan" for two flow cytometry machines. This contract includes one maintenance visit at no charge, remedial repairs, priority technical support, and remote monitoring services, ensuring the optimal performance of the Cytkick autosampler and Attune NxT 4 laser Flow Cytometer. The total estimated funding for the initial year is approximately $18,667.53, with the contract period spanning from June 17, 2025, to June 16, 2026, and includes four option years. Interested parties may submit capability statements to the primary contact, Shamai Carter, at shamai.m.carter.civ@health.mil, or to the secondary contact, Deborah Sharpe, at deborah.m.sharpe2.civ@health.mil.