OligoCard for DNA Sequencing
ID: N0017323P3215Type: Justification
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL RESEARCH LABORATORYWASHINGTON, DC, 20375-5328, USA

PSC

IN VITRO DIAGNOSTIC SUBSTANCES, REAGENTS, TEST KITS AND SETS (6550)
Timeline
    Description

    The Department of Defense, specifically the Naval Research Laboratory (NRL), is seeking a sole-source procurement of OligoCards from Integrated DNA Technologies (IDT) for critical research purposes. This acquisition, valued between $10,000 and $250,000, is justified under FAR 13.106-1(b)(1)(i) due to the urgent need for specialized oligonucleotides and comprehensive sequencing services that only IDT can provide. The OligoCards are vital for advancing molecular biology, biotechnology, and DNA nanotechnology research, particularly in areas such as protein production, threat detection, and sensor development for the Department of Defense. Interested parties can reach out to Brandon Zellers at brandon.zellers@nrl.navy.mil for further information regarding this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of Navy's Naval Research Laboratory (NRL), Code 6900, requires a sole-source procurement of OligoCards from Integrated DNA Technologies (IDT). This acquisition, exceeding $10,000 but under $250,000, is justified under FAR 13.106-1(b)(1)(i) due to the urgent and exclusive nature of IDT's offerings. The OligoCards are essential for molecular biology, biotechnology, and DNA nanotechnology research, enabling critical work on protein production for DoD, threat detection, and sensor development. IDT is the only vendor capable of meeting the stringent requirements, including specialized oligonucleotides, gene fragments, and comprehensive sequencing services (Sanger, whole genome, amplicon, RNA-Seq) across various platforms (Illumina, PacBio, MinION/GridION), with a crucial 24-hour turnaround. This rapid delivery is vital to prevent research halts and missed deadlines, particularly for critical Navy Laboratory research on novel biothreats impacting warfighter safety.
    Lifecycle
    Title
    Type
    Justification
    Similar Opportunities
    Eurofin's EvoCard for DNA Sequencing
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory (NRL), is seeking to procure EVOcards from Eurofins Genomics through a sole-source acquisition due to urgent and compelling needs. These EVOcards are essential for acquiring oligonucleotides, synthesized genes, and sequencing reactions, which are critical for ongoing research in molecular biology, biotechnology, and DNA nanotechnology. The NRL requires a rapid 24-hour turnaround for these specialized products to avoid disruptions in vital research related to biothreats and emerging diseases, with Eurofins identified as the only viable source capable of meeting this requirement. For further inquiries, interested parties can contact Brandon Zellers at brandon.zellers@nrl.navy.mil.
    EZ1 & 2 DNA Blood Isolation Kit and DNA Tissue Kit
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to negotiate a sole source contract with Qiagen for the procurement of EZ1 & 2 DNA Blood Isolation Kits and DNA Tissue Kits. These kits are critical for the ongoing clinical research and patient care at the NIH Clinical Center, particularly for Human Leukocyte Antigen (HLA) matching in transplant patients and potential donors. The kits have been extensively tested and are essential for providing high-quality DNA samples necessary for critical Next Generation Sequencing, with an estimated contract value of $29,166.25. Interested parties may submit capability statements by email to valerie.gregorio@nih.gov by 11:00 AM EST on December 13, 2025, referencing NOI-CC-26-000013.
    Thorlabs Infrared Spectrum Analyzer
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory (NRL), intends to award a sole source contract to Thorlabs Inc. for the procurement of a Thorlabs Infrared Spectrum Analyzer. This specialized analytical laboratory instrument is critical for the NRL's research and development efforts, and the purchase will be made under Simplified Acquisition Procedures, adhering to FAR Part 13.106-1(b) for transactions not exceeding $250,000. Interested parties may express their capability to fulfill this requirement, but the government retains discretion over whether to pursue competitive procurement based on the responses received. For inquiries, contact James Chappell at james.chappell@nrl.navy.mil or call 202-923-1418, referencing Notice of Intent number N00173-26-Q-1301265113.
    99--KIT,IDENTIFICATION
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 26 units of the Identification Kit (NSN 9905-01-611-5311). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated three orders per year and a guaranteed minimum of three units. The kits are essential for various military applications and will be shipped to multiple DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    Peptide Synthesizer
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Peptide Synthesizer through a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses and falls under the NAICS code 334516, which pertains to Analytical Laboratory Instrument Manufacturing, indicating the need for specialized laboratory equipment. The Peptide Synthesizer is crucial for various defense-related research and development activities, enhancing capabilities in biochemical analysis and synthesis. Interested vendors should contact Michelle Ruybal at michelle.g.ruybal.civ@army.mil or call 801-386-4800 for further details regarding the submission process and deadlines.
    66--TIP,OPTICAL COMPONE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of three optical components under solicitation number NSN 6650131205272. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated three orders per year and a guaranteed minimum quantity of one. The optical components are critical for various applications within military operations, and items will be shipped to multiple DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    Service Agreement: ION Sequencing System
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a service agreement for the ION Sequencing System, which includes maintenance and support for critical laboratory equipment. The contract will cover a one-year AB Assurance plan with Life Technologies/ThermoFisher Scientific, ensuring comprehensive service including parts, labor, travel for repairs, and priority technical support for the ION S5 XL and S5 Prime sequencers, as well as the Ion Chef system. This procurement is vital for maintaining the functionality of advanced sequencing equipment used in medical research, which supports various health-related studies. Interested vendors must submit their quotations by December 9, 2025, to Tina Robinson at robinsti@mail.nih.gov, referencing solicitation number 75N94026Q00008, and must comply with all applicable FAR clauses and requirements.
    Praevium Wafer Bonded 8um Detectors
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory (NRL), intends to award a sole source contract to Praevium Research Inc. for the procurement of Praevium Wafer Bonded 8um Detectors. This procurement is essential for fulfilling specific agency requirements that can only be met by the designated supplier, as no other sources are deemed capable of providing the necessary goods. The contract will be executed under Simplified Acquisition Procedures, with a value not exceeding $250,000, and interested parties are invited to express their capabilities by referencing Notice of Intent number N00173-26-Q-1301264828 in their correspondence. For further inquiries, potential respondents may contact James Chappell at james.chappell@nrl.navy.mil or by phone at 202-923-1418.
    Time Tagger
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the procurement of a Time Tagger system and software from Swabian Instruments. The primary requirements include advanced technical specifications such as a maximum RMS jitter of two picoseconds, a minimum of four input channels upgradable to at least twelve, and a data transfer rate of 80 million tags per second, scalable to 1200 million tags per second using FPGA technology. This procurement is critical for enhancing research capabilities in quantum optics and ensuring compatibility with existing systems, with an estimated acquisition cost between $10,000 and $250,000. Interested parties may submit capability statements to Maribel Ramirez at maribel.ramirez23.civ@us.navy.mil by the closing date of December 20, 2025.
    CL25177001 O-Ring
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking qualified small businesses to provide O-Rings under a presolicitation notice. The procurement aims to establish a firm fixed price, indefinite delivery indefinite quantity (IDIQC) long-term contract for a maximum of five years, specifically for the item identified by National Stock Number 5331013488331, which is critical for various military applications. The total contract value is capped at $1,619,938.24, and interested parties must express their interest and capability to meet the requirements within 15 days of the notice. For further inquiries, potential bidders can contact Jeffery Wright at jeffery.wright@dla.mil or call 614-692-1417. The solicitation is expected to be available online at http://www.dibbs.bsm.dla.mil/ on or about December 18, 2025.