Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2018 FBO #6144
SPECIAL NOTICE

65 -- Immunodiagnostics Systems (IDS) ELISA Kits

Notice Date
9/17/2018
 
Notice Type
Special Notice
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH18R0109
 
Archive Date
10/17/2018
 
Point of Contact
Christopher L. Cook, Phone: 3016192640, ,
 
E-Mail Address
christopher.l.cook68.civ@mail.mil,
(christopher.l.cook68.civ@mail.mil, /div)
 
Small Business Set-Aside
N/A
 
Description
This notice announces the intent by the U.S. Army Medical Acquisition Activity (USAMRAA), 820 Chandler St, Fort Detrick, Maryland, 21702, to award a sole source contract to Immunodiagnostics Systems (IDS) under the statutory authority 13.501(a). This contract is for the purchase of Immunodiagnostics Systems (IDS) serum crosslaps (CTX-1) and 25-hydroxy vitamin D enzyme-linked immunosorbent assay (ELISA) kits, and Intact N-terminal propeptide of type I procollagen (P1NP) radio immunoassay (RIA) kits for use at the US Army Research Institute of Environmental Medicine (USARIEM). The US Army Research Institute of Environmental Medicine (USARIEM) requests the purchase of Immunodiagnostics Systems (IDS) serum crosslaps (CTX-1) and 25-hydroxy vitamin D enzyme-linked immunosorbent assay (ELISA) kits, and Intact N-terminal propeptide of type I procollagen (P1NP) radio immunoassay (RIA) kits. ELISA kits must be have 96-well capability and compatible with human serum. In addition they must be IDS brand in order to compare future assay results with previous work within the same research study. Multiple Military Performance Division (MPD) studies have already begun using these assays (17-13HC and 17-18HC) and must continue to use the same assay for comparability. These types of analyses provides scientifically accurate, valid and rapid test results. An award will be issued on a sole source basis. The North American Industry Classification System (NAICS) for this requirement is 339113 and the size standard is 750. This announcement fulfills the synopsis requirements under FAR 5.102(a)(6) and 5.203(a). USAMRAA intends to award a contract no sooner than 15 days after publishing this synopsis. This Special Request for Information is not a request for competitive quotes. Information received in response to this notice will be considered solely for the purpose of determining whether a competitive procurement is in the best interest of the Government. If no written responses are received by the expiration date listed in this notice, which reflects at least fifteen (15) days after the publication of this notice, the award will be issued as sole source. All questions and responses concerning this notice shall be emailed to Mr. Christopher L. Cook at christopher.l.cook68.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH18R0109/listing.html)
 
Place of Performance
Address: 10 General Greene Avenue, Natick, Massachusetts, 01760, United States
Zip Code: 01760
 
Record
SN05093107-W 20180919/180917231514-344dd09d0038d0830b077d0d81bc6b98 (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.