Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 26, 2025 SAM #8492
SPECIAL NOTICE

99 -- SOURCES SOUGHT: AMPHORA Microorganisms

Notice Date
2/24/2025 11:59:47 AM
 
Notice Type
Special Notice
 
NAICS
325414 — Biological Product (except Diagnostic) Manufacturing
 
Contracting Office
DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
 
ZIP Code
20899
 
Solicitation Number
NB644010-25-00792
 
Response Due
3/3/2025 11:00:00 AM
 
Archive Date
03/18/2025
 
Point of Contact
Sadaf Afkhami, Phone: 3019753976
 
E-Mail Address
Sadaf.Afkhami@nist.gov
(Sadaf.Afkhami@nist.gov)
 
Description
NOTICE OF INTENT to SOLE SOURCE- DESCRIPTION: The National Institute of Standards and Technology (NIST) intends to negotiate on a sole source basis, under the authority of FAR 13.106-1(b)(1), with: AMERICAN TYPE CULTURE COLLECTION 10801 UNIVERSITY BLVD MANASSAS, VA 20110-2204 UEI: KT4MLLHK99V6 The sole source justification is based on the following: The Biosystems and Biomaterials Division (BBD), of the National Institute of Standards and Technology (NIST), is performing independent validation and verification (IV&V) tasks for Defense Advanced Projects Research Agency (DARPA) Assured Microbial Preservation in Harsh or Remote Areas (AMPHORA) Program. BBD�s IV&V tasks require obtaining numerous microorganisms in a viable form that can be recovered into active cultures. BBD�s IV&V tasks also require limited distribution of the viable microorganisms to performers in DARPA�s AMPHORA program in the form of contrived samples, or mixtures of microorganisms with complex matrices to simulate real world samples such as environmental wipes, sanitary wastewater, and clinical samples. Of the approximately 140 microorganisms originally specified by DARPA, BBD has an outstanding need for 40 microorganisms to be addressed by this acquisition. Of these 40 microorganisms, 17 are regulated for importation and inter-state transport by the USDA Animal and Plant Health Inspection Service (USDA) as known pathogens to either livestock and poultry or plants. To successfully fulfill this requirement, three critical requirements must be met by the prospective contractor: At least 35 of the remaining 40 microorganisms must be obtained for BBD to deliver this task for the AMPHORA program. The timeline of BBD's IV&V tasks for the DARPA AMPHORA program that require BBD to provide a first shipment of contrived samples to AMPHORA performers in mid-April 2025. Contractor must be able to supply the required microorganisms under terms that allow NIST to redistribute the microorganisms in a viable form for conducing BBD's tasks under DARPA IAA. Contractor must have the ability to supply the 17 USDA APHIS regulated microorganisms from U.S. (domestic) origin. BBD currently holds a valid, U.S Origin/Inter-State Transport Only USDA APHIS transport permit for livestock and poultry pathogens, and BBD is currently awaiting final grant of equivalent transport permit for plant pathogens. Extensive market research was conducted, including a Sources Sought posting, which has concluded that the American Type Culture Collection (ATCC), operating through its Federal Services program, is the only responsible source capable of satisfying the above three critical requirements. Six other contractors were identified during market research and all of them failed to meet at least one of the three critical requirements. Given these facts, American Type Culture Collection (ATCC). is the only source reasonably available to fulfill the requirement. The resulting purchase order will be a Firm Fixed Price purchase order. The NAICS Code is 325414 - Biological Product (except Diagnostic) Manufacturing with a size standard of 1250 employees. No solicitation package will be issued. This notice of intent is not a request for competitive quotations; however, interested parties who regard themselves as capable of fulfilling these requirements are invited to submit responses to the Government for consideration. Responses received by the deadline will be considered by the Government. Responses must be submitted via email to the Government point of contact listed in this posting. A determination by the Government not to compete the proposed acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2321945091d74c849b3e1858426ea409/view)
 
Place of Performance
Address: Gaithersburg, MD 20899, USA
Zip Code: 20899
Country: USA
 
Record
SN07351038-F 20250226/250224230030 (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.