Contact Points
This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13—Simplified Acquisition Procedures and at a dollar value less than the simplified acquisition threshold are exempt from the requirements of FAR Part 6—Competition Requirements.
The Laboratory of Genomics and Genetics (LGG), National Institute on Aging (NIA) requires reagents that must be compatible with the 10X Genomics single cell sequencing system it owns.
10X Genomics has provided a sole source letter stating that they are the exclusive manufacturer of the Chromium Next GEM Chip G Single Cell Kits.
Acquisition Authority:
This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 - Simplified Acquisition Procedures, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2021-06dated July 12, 2021.
The Laboratory of Genomics and Genetics (LGG), National Institute on Aging (NIA) utilizes the 10X Genomics single cell sequencing system to capture between 10,000 to 80,000 single cells, mark them with a bar-code and a second unique molecular code that can be tagged to genomic DNA, or RNA. These unique codes are sequenced, deconvoluted and stratified to learn the nature of transcripts or status of DNA within each captured single cell. This procedure is highly valuable to distinguish the cellular complexity of a tissue based on the nature of transcription profile, identify DNA status in individual cells in terms of its DNA accessibility for transcription, nature of insertions and deletions.
LGG, NIA requires reagents that must be compatible with the 10X Genomics single cell sequencing system, with the ability to process RNA from live cells following the manufacturer’s protocol and with a minimum shelf life of 6 months if stored properly. The purpose of these reagents will be to create a library specific for each single cell which can then be amplified and sequenced. The reagents will be able to enter an individual cell, label the RNA with a unique identifier which will be specific for all the labeled RNA in that cell which will be distinguishable from every other cell which will also be labeled with their own unique identifier. These labeled RNAs will then be further amplified and converted to cDNA libraries which can then be fragmented and sequenced. The reagents purchased must be compatible with the 10X genomics sequencing machinery allowing for formation of GEMS for each individual cell.
Salient characteristics:
All deliverables required under this contract shall be packaged, marked and shipped in accordance with Government specifications. At a minimum, all deliverables shall be marked with the contract number and Contractor name. The Contractor shall guarantee that all required materials shall be delivered in immediate usable and acceptable condition.
Vendor must be able to provide these specifications:
Chromium Next GEM Chip G Single Cell Kit, 48 rxns
Chromium Next GEM Single Cell 3' Kit v3.1, 16 rxns
Quantity:
One (1) Chromium Next GEM Chip G Single Cell Kit, 48 rxns
One (1) Chromium Next GEM Single Cell 3' Kit v3.1, 16 rxns
Contract Type:
A Firm Fixed Price type order award not exceeding the Simplified Acquisition Threshold is anticipated to be awarded resulting from this requirement.
Summary Statement:
The Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. .
All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.”
Quoter Terms and Conditions (To be completed by the Offeror):
1. Period of Performance OR Delivery Date After Receipt of Order:
2. Shipping Point (F.O.B. OR Destination):
3. Payment Discount Terms:
4. NIH BPA Number, if applicable:
5. DUNS No:
6. Name of Company:
7. Street Address, City, State, Zip code:
8. Name of Person Authorized to Provide Quote:
9. Telephone Number and Email Address of Person Authorized to Provide Quote:
Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.
The following provisions and clauses apply to this acquisition and are incorporated as an attachment. Offerors MUST complete the provision at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their quotation.
1. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)
2. FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)
3. FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)
All responses must be received by 8/30/2021 11:15 am Eastern Standard Time and must reference announcement / solicitation number. 21-011130. Responses may be submitted electronically to Randall Carter - Randall.carter@nih.gov . Fax responses will not be accepted.
All responsible sources may submit response which, if timely received, must be considered by the agency.
Interested parties may identify in writing their interest and capability in response to this requirement. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.
All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.
All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.