Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2012 FBO #4043
SPECIAL NOTICE

B -- Next Generation Sequencing Reagents

Notice Date
12/17/2012
 
Notice Type
Special Notice
 
NAICS
325411 — Medicinal and Botanical Manufacturing
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2013-N-14975
 
Archive Date
1/18/2013
 
Point of Contact
Sharon R Cunningham, Phone: 770-488-2871, Julio E Lopez, Phone: 770-488-2892
 
E-Mail Address
cux0@cdc.gov, ftg4@cdc.gov
(cux0@cdc.gov, ftg4@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
The Centers for Disease Control and Prevention (CDC), National Center for HIV/AIDS, Viral Hepatitis, STD, and TB Prevention, intends to award a sole source firm fixed price Blanket Purchase Agreement to Illumina Inc,. in San Diego, California. The purpose of this procurement is to establish a Blanket Purchase Agreement in order to purchase of the following reagents kits to be licensed for use on the Illumina Genome Analyzer IIx system: TruSeq DNA Sample Prep Kit, set a or b v2 or higher; Truseq RNA sample prep kit v2 (set a and b); Truseq small RNA sample prep kit (set a,b,c,d); Nextera DNA sample prep (24 samples); Nextera DNA sample prep (96 samples); Nextera index kit (24 indices, 96 samples); TruSeq Dual Index Seq primer kit, single and paired end; Truseq single read Cluster Kit cBOT, v2 or higher, for Illumina Genome Analyzer GAIIx; Truseq paired end Cluster Kit cBOT, v2 or higher, for Illumina Genome Analyzer GAIIx; Truseq dual index sequencing primer kit, paired end; Truseq dual index sequencing primer kit, single read; Truseq SBS sequencing kits for Illumina Genome Analyzer GAIIx, v5 or newer; and Multiplexing Sample Prep Oligo Kit. The resultant contract will be for a base period of 12 months and four option periods of 12 months each. The Government believes that the items to be procured are proprietary and are only available from Illumina Inc.The statutory authority for this sole source acquisition is 10 U.S.C 2304(c)(1) in accordance with FAR Part 6.302-1- only one responsible source and no other supplies or services will satisfy the agency requirement. The NAICS code for this procurement is 325411, Medicinal and Botanical Manufacturing. All responsible sources that believe they can meet these requirements may submit their capability statements via email by 2:00 P.M., EST on January 3, 2013, to the Contracting Office at the following e-mail address: scunningham1@cdc.gov. Any questions must be submitted to the Contracting Office. in writing, to the email address listed above. Telephone calls will not be allowed. A determination by the Government not to compete this proposed action will be based on responses to this notice and are solely within the discretion of the Contracting Officer. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2013-N-14975/listing.html)
 
Place of Performance
Address: Contractor Facility, United States
 
Record
SN02950167-W 20121219/121217234222-037f4c170360004ad39feda109df5f21 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.