Page 2 of 2
The Department of Veteran Affairs, Veterans Health Administration, Network Contracting Office 6, Hampton VA 23667, intends to negotiate a sole source Firm-Fixed Price contract for Genomic DNA Sequencing for the Durham VAMC with Duke University Medical Center in accordance with 41 U.S.C. รÂยà¸3304(a)(1) as implemented by FAR 6.302-1 Only One Responsible Source.
This is not a request for competitive offers and no solicitation is available. Market research has determined that these services are highly specialized and are only available from a single source without an unacceptable delay or duplication of cost and no other type of services will satisfy agency requirements. The Government intends to award the contract with an effective date of 1 August 2019 to Duke University Medical Center, 2200 W Main St Ste 710, Durham, NC, 27705; Cage Code 4B478.
The requirement the VA intends to sole source is for DNA sequencing services using the Roche SeqCap Epi CpGiant (Human targeted methyl-seq 2-plex) technology with sequencing at 150 basepairs paired-end (bp PE) on NovaSeq S4 flow cells for work through the Consortium to Alleviate PTSD and the National Center for PTSD, through the Mid-Atlantic Mental Illness Research, Education and Clinical Center (MIRECC), located within the Department of Veterans Affairs Medical Center (VAMC), Durham, NC. Duke University s Sequencing and Genomic Technologies Shared Resource has provided this service for current on-going research work. They have the select level of expertise and qualifications necessary to perform this specific DNA sequencing process. Duke is familiar with the complexities of this central mental health research study and has the expertise to combine the results from previous research samples with the new samples in this requirement.
This synopsis announcement is being issued for information purposes only and does not constitute a solicitation or request for competitive proposals. If a firm believes it is capable of meeting the Government's requirement, it may identify their interest and capability by providing their capability statement to the Contracting Officer within three (3) calendar days of this publication by contacting Harold McQuillia via e-mail at
[email protected] . Telephone inquiries will not be accepted. Those interested firms must indicate whether they are large, small, small-disadvantaged, educational institution, 8(a) or woman owned business and whether they are U.S. or foreign owned. Respondents who submit proprietary data shall clearly mark the data with appropriate markings. The Government will not pay for any information submitted as a result of this synopsis. This synopsis shall not be construed as an obligation on the part of the Government to acquire any products or services. This announcement closes on 13 Jul 2019, NLT 04:30PM.
Bid Protests Not Available