Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 25, 2016 FBO #5420
SOLICITATION NOTICE

65 -- DNA Marking

Notice Date
9/23/2016
 
Notice Type
Presolicitation
 
NAICS
325414 — Biological Product (except Diagnostic) Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime - BSM, P O Box 3990, Columbus, Ohio, 43216-5000, United States
 
ZIP Code
43216-5000
 
Solicitation Number
SPE7LX16X0062
 
Point of Contact
John W Hutcheson, Phone: 614-692-2856
 
E-Mail Address
john.hutcheson@dla.mil
(john.hutcheson@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
This procurement is for botanical SigNature DNA authentication technology services and equipment/supplies. Defense Logistics Agency (DLA) Procurement Letter (PROCLTR) 2012-44 established requirements for deoxyribonucleic acid (DNA) marking on certain high-risk items. DLA has currently determined that, effective November 15, 2012, items within the Federal Supply Class (FSC) 5962, Electronic Microcircuits, will require DNA Marking with SigNature DNA developed and sold exclusively by Applied DNA Sciences. Applied DNA Science (ADNAS), Inc. (5VPT1) is the sole source provider of the proprietary SigNature DNA authentication process. Effective December 15, 2014, the DLA Product (Electronics) Test Center (PTC) began marking all FSC 5962 items. Once an FSC 5962 item is awarded, the product is sent to the PTC, where it is marked and sent to distribution for delivery to the customer. The DLA Electronic Test Lab in Columbus, Ohio conducts the DNA Marking using supplies received from ADNAS. This IDPO will provide marks, ink, authentication testing and training for the PTC. No less than four marks are required per year. H ard copies of this solicitation are not available. Current estimated annual demand quantities, FOB, Inspection and Acceptance information, and UI will be listed in the RFQ. The term will be a one-year base period with one, one-year option to be exercised at the discretion of the Government. The total duration (base plus option years) shall not exceed two years. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, past performance, and delivery.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPE7LX16X0062/listing.html)
 
Record
SN04286372-W 20160925/160923235222-2db1b6c6db646a7f1582a633821f7c05 (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.