GENOME ANALYSIS SERVICES
ID: N0018925QG049Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Medical Laboratories (621511)
Timeline
    Description

    The Department of Defense, through the Naval Supply Fleet Logistics Center Norfolk, intends to solicit and award a sole source contract for genome analysis services to the Yale Center for Genome Analysis. This procurement supports the Naval Submarine Medical Research Laboratory located in Groton, CT, and will be conducted under Simplified Acquisition Procedures in an Other than Full and Open Competition environment, as permitted by FAR 6.302-1. The genome analysis services are critical for advancing medical research and applications within the Navy's submarine operations. The anticipated award date for this contract is no later than February 28, 2025, and interested parties may direct inquiries to Larissa Benoit at larissa.benoit@navy.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    GENOME ANALYSIS SERVICES
    Currently viewing
    Special Notice
    Similar Opportunities
    Next Sequencing 2000 System
    Buyer not available
    The Department of Defense, through the Naval Medical Research Center, is soliciting quotes for the procurement of the NextSeq 2000 Sequencing System, with the aim of fostering full and open competition. This contract, categorized under NAICS code 334516 for Analytical Laboratory Instrument Manufacturing, requires offerors to provide firm fixed pricing and comply with federal regulations, including the provision of a Unique Entity Identification Number through the Systems for Award Management (SAM). The NextSeq 2000 Sequencing System is crucial for advancing medical research capabilities, ensuring high standards for quality and traceability in laboratory equipment. Interested vendors should direct inquiries to Deborah M. Sharpe at deborah.m.sharpe2.civ@health.mil or Stephanie Gray at Stephanie.Gray@med.navy.mil, and must ensure compliance with all submission requirements outlined in the solicitation documents.
    Notice of Intent to Sole Source - Aptamer Library Generation Services for USAMRIID
    Buyer not available
    The Department of Defense, through the U.S. Army Medical Research Acquisition Activity (USAMRAA), intends to award a sole source contract to Aptagen, LLC for the generation of DNA Aptamer Libraries to support the U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID). The contract will require the generation of two DNA aptamer libraries annually, consisting of approximately 1,000 to 10,000 targeted aptamers aimed at specific alpha-conotoxins, palytoxins, and various viral targets, which are critical for the development of broad-spectrum DNA aptamers to neutralize toxins. Interested vendors may challenge this sole source determination by submitting a capability statement by 1300 Eastern Time on February 6, 2025, via email to the designated contacts, Christina Lewis and Jayme Fletcher, with no solicitation document currently available for this requirement.
    Notice of Intent to Sole Source Award to Hologic Sales and Service
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Hologic Sales and Service for the maintenance and servicing of government-owned Fluent Systems at the Naval Medical Center San Diego. The contract aims to ensure comprehensive maintenance services that adhere to original equipment manufacturer (OEM) specifications, including regular preventive maintenance, timely corrective actions, and the use of qualified personnel, while maintaining a 95% equipment uptime rate. This procurement is critical for maintaining operational efficiency and compliance with safety standards in medical equipment management. Interested parties must submit capability statements by email to Dwayne M. Casad, with the subject line referencing the special notice number HT941025N0035, as no competitive proposals will be accepted.
    N66001-25-R-0033: Notice of Intent to Award Sole Source to Ausgar Technologies
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a sole source contract to Ausgar Technologies, Inc. for expert services in research and development, program management, systems engineering, hardware development, test and evaluation, and information assurance. This procurement is critical for supporting the Lightweight Survivable System (LSS) Umbrella Program and the Radiation Detection, Indication and Computation (RADIAC) project requirements. The anticipated contract, which will be a cost-plus-fixed-fee type, is expected to be awarded by April 20, 2025, and interested firms must submit their capability statements to Contract Specialist Jose de Jesus Neri at josedejesus.neri.civ@us.navy.mil. All responding vendors must be registered in the System for Award Management (SAM) to be eligible for consideration.
    INTENT TO SOLE SOURCE TO CENTRAL MARKET
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole source contract to Resource Analysis Corporation INC for the procurement of various Market Central Switches. This procurement involves a Firm-Fixed-Price purchase order for ten specific models of Market Central Switches, which are critical for IT and telecommunications applications within the Navy. The government is utilizing FAR Part 13 and FAR Part 12 for this acquisition, emphasizing the noncompetitive nature of the award due to the unique capabilities of the selected vendor. Interested parties may submit inquiries to Contract Specialist Joseph S. Bancod via email by February 5, 2025, with all vendors required to be registered in the System for Award Management (SAM) to participate.
    Notice of intent to award sole source
    Buyer not available
    Notice of intent to award sole source. The Department of Defense, specifically the Department of the Navy, through the Naval Oceanographic Office, has issued a Special Notice. The notice indicates the intent to award a sole source contract. The details of the service/item being procured are not provided in the document.
    Pre-Solicitation Notice - Navy Maritime Maintenance Enterprise Solution Program Support
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, intends to negotiate a sole-source contract for the Navy Maritime Maintenance Enterprise Solution (NMMES) program support with Imagine One Technology & Management, LTD. The procurement aims to provide uninterrupted engineering support in areas such as IT life cycle planning, operations, sustainment, documentation, program management, and training, ensuring the successful development and operation of the NMMES program. This initiative is critical for enhancing shore-based ship maintenance and logistics systems, aligning with Navy operational requirements and facilitating effective lifecycle management. The anticipated contract will have a base performance period from April 1, 2025, to August 25, 2025, with an option period extending to December 22, 2025. Interested parties can contact Thomas K. Chong at thomas.k.chong.civ@us.navy.mil or Jaymee S. Jiao at jaymee.s.jiao.civ@us.navy.mil for further information.
    Office of Naval Research (ONR) - UNISON Acquisition Maintenance and System Support Services- Notice of Intent to Sole Source
    Buyer not available
    The Office of Naval Research (ONR), part of the Department of Defense, intends to award a Firm Fixed Price (FFP) contract to Unison Software, Inc. for the continued operations and maintenance support services of the UNISON ACQUISITION system. This procurement is justified under FAR 13.500(a) as Unison is the only source capable of providing the necessary expertise and proprietary access to the software critical for ONR's operations. The contract is expected to be announced around March 2025, and while this notice is not an invitation for proposals, interested parties may submit their technical capabilities within fifteen days for consideration. For further information, potential vendors can contact Joan Troutman at joan.r.troutman.civ@us.navy.mil or Alejandro Moreno at alejandro.moreno.civ@us.navy.mil.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Buyer not available
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT DEPT OF DEFENSE DEPT OF THE NAVY The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, intends to issue a sole source purchase order to Freeman Marine Equipment Inc. The proposed contract action is for the replacement of a Landing Craft Air Cushion (LCAC) HATCH ASSEMBLY. This equipment is proprietary and only available through Freeman Marine Equipment Inc. The requirement is per NAVSEA Drawing 5749292. Interested parties must submit information indicating their ability to satisfy this requirement by Monday, 2 May 2016, 4:00 PM, Pacific Standard Time, via email to rubeli.deinla@navy.mil. If no responses are received, the sole source award will proceed.
    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 for a Short Term Emergency procurement of a Molecular Random Access Analyzer, specifically the Cepheid GeneXpert Infinity Reagents and Consumables. This procurement is being 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 fulfill the requirements, with responses due by January 17, 2025, at 2:00 PM Eastern Time, submitted to Contract Specialist Darrin Alexander at darrin.alexander2@va.gov. The statutory authority for this procurement is U.S.C. § 1901, and the relevant NAICS code is 334516, which pertains to Analytical Laboratory Instrument Manufacturing.