Skip to main content

An official website of the United States government

You have 2 new alerts

ROCHE Lightcycler, Uracil-DNA, Albumin

General Information

  • Contract Opportunity Type: Special Notice (Original)
  • Original Published Date: Jul 31, 2023 01:54 pm EDT
  • Original Response Date: Aug 10, 2023 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 11, 2023
  • Initiative:

Classification

  • Original Set Aside:
  • Product Service Code: 6695 - COMBINATION AND MISCELLANEOUS INSTRUMENTS
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Indianapolis , IN 46256
    USA

Description

The Naval Medical Readiness Logistics Command (NMRLC), in support of the Naval Medical Research Center (NMRC) Fort Detrick MD, intends to negotiate a single-award Indefinite Delivery Indefinite Quantity (IDIQ) type contract on a sole source basis (in accordance with FAR Part 13.106-1(b)). The proposed source is Roche Diagnostics Corporation, 9115 Hague Road, Indianapolis IN, 46256-1025.

This requirement is for:

1. up to 275 each of LightCycler Faststart Uracil-DNA Glycocylase (0361740810), essential characteristics include special packaging at a higher volume to reduce the throughput time and potential for contamination during use of the product (V bulk-packaged as 1.5 mL × 2 U/uL (3,000 U/vial).

2. up to 77 each of 12.5mM solution of dNTPs (Deoxynucleoside triphosphates) (05910412190) which includes (2.5 mM each of dATP, dCTP, dGTP, and 5.0 mM of dUTP) which is produced only for NMRLC.  

3. up to 10 each of Albumin (BSA) (B-14) SQ (10715859103) for Molecular Biology 20mg/1 ml (2% solution) bulk packages.

This acquisition is being conducted under FAR Parts 12 and 13.5. The intended procurement will be classified under North American Industry Classification System (NAICS) with a Size Standard of 334516.

This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement.  However, respondents shall have the capability of providing sufficient number of to accommodate approximate for a period of up to three years.  All capability statements received by the due date of this notice will be considered by the Government. Capability statements shall not exceed two (8.5 x 11 inch) pages, recommend using a Times New Roman font size 11-point or 12-point font.  A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response.

A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source procurement.

Capability statements are due by 1600 Local Time, 10 August 2023. Capability statements shall be submitted by email ONLY as a Microsoft Word or Adobe PDF attachment to the following e-mail address: marchaunda.l.tiller.civ@health.mil. No phone calls will be accepted.

Contact Information

Contracting Office Address

  • 693 NEIMAN STREET
  • FORT DETRICK , MD 21702-9203
  • USA

Primary Point of Contact

Secondary Point of Contact





History