Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:DJF-21-0700-PR-0002752
This Notice of Intent is not a request for competitive proposals. This is not a solicitation or request for offers. [The purpose of this notice is to comply with Federal Acquisition Regulation (FAR) 5...
This Notice of Intent is not a request for competitive proposals. This is not a solicitation or request for offers. [The purpose of this notice is to comply with Federal Acquisition Regulation (FAR) 5.101(a)(2).] The Federal Bureau of Investigation (FBI) intends to award a sole-source, one-time, firm-fixed price purchase order to: Verogen, Inc., 11111 Flintkote Avenue, San Diego, CA, 92121 for a Kintelligence system. Verogen is a small business concern. The FBI’s DNA Support Unit (DSU) is evaluating Forensic Genetic Genealogy (FGG) in order to support and advance technologies applied to DNA casework. The DSU is evaluating the Verogen Kintelligence workflow. The Kintelligence system assays 10,000 single nucleotide polymorphisms (SNPs) useful for FGG. It is the only FGG method based on the type of targeted PCR amplification that has been the mainstay of forensic DNA testing for the past 20 years. This acquisition will include: the Illumina MiSeq FGx Reagent Kit; the Verogen ForenSeq Kintelligence Kit; the Verogen ForenSeq Kintelligence Analysis Module; and the Verogen ForenSeq Universal Analysis Base Software and Hardware Upgrade/Replacement. Illumina and Verogen established a relationship whereby Verogen has been granted certain exclusive rights to provide Illumina’s forensic sequencing technology to forensic customers. This includes the MiSeq FGx Sequencing system, service contracts, and related reagents and consumables. Verogen is the sole distributor of the Kintelligence system. The North American Classification System Code is 334516, Analytical Laboratory Instrument Manufacturing. Vendors must be registered in the System for Awards Management to receive Government contracts, (https://www.sam.gov/SAM/). The FBI intends to negotiate with only one source under the authority of FAR 6.302-1. Interested parties may identify their interests and capability to respond to this requirement by April 12, 2021 at 11:00 AM, (EST). Emailed responses will only be considered. No phone calls. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Information received will be considered solely for the purpose of whether or not to conduct a competitive procurement. Responses shall include the firm’s Dun and Bradstreet number and their business size. A determination by the Government not to compete this proposed award upon response to this notice is solely within the discretion of the Government. No reimbursement for any cost connected with providing capability information will be provided.