Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 06, 2025 SAM #8593
SPECIAL NOTICE

66 -- 66--Annual Service Contract for NextSeq 1000 DNA Sequencer Lab Equipment

Notice Date
6/4/2025 6:41:37 AM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
FWS SAT TEAM 3 Falls Church VA 22041 USA
 
ZIP Code
22041
 
Solicitation Number
140FS325Q0084
 
Response Due
6/18/2025 2:00:00 PM
 
Archive Date
07/03/2025
 
Point of Contact
Tyler, Jeremy, Phone: 4132538662
 
E-Mail Address
jeremy_tyler@fws.gov
(jeremy_tyler@fws.gov)
 
Description
THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. U.S. Fish and Wildlife Service, Joint Administrative Operations, Acquisition & Property Operations. JAO intends to award a firm fixed price sole source contract under the authority of (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000 to: Illumina, Inc. 5200 Illumina Way San Diego, CA 92122-4616 The North American Industry Classification System (NAICS) code for this requirement is 811210, Electronic and Precision Equipment Repair and Maintenance. The object of this sole source award to Illumina Inc is to obtain a service agreement to properly maintain, service, and repair of NextSeq 1000 DNA Sequencer. The NextSeq 1000 DNA sequencer is needed for testing required by the United States Fish and Wildlife Service for population status and monitoring. Testing assays are designed for the amplified DNA products we evaluate as a part of our environmental DNA testing, as well as community-based analysis in the discipline of genetics and molecular biology. This synopsis does not constitute a solicitation; however, if any interested party believes they can meet the above requirement, it may submit a statement of capabilities. The statement of capabilities must be submitted in writing and must contain clear and convincing evidence that competition of this requirement would be advantageous to the Government. If parties choose to respond, any cost associated with preparation and submission of data or any other cost incurred in response to this announcement are the sole responsibility of the respondent and will not be reimbursed by the Government. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: jeremy_tyler@fws.gov. NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8302f36db76043a59be8466a3a2253ca/view)
 
Record
SN07465362-F 20250606/250604230045 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.