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 2021-06 dated July 12, 2021.
The Laboratory of Genomics and Genetics (LGG), National Institute on Aging (NIA) utilizes the 10X Genomics single cell sequencing system to create a national resource of isogenic sets of Alzheimer’s Disease and Related Dementias mutation iPSC lines, complimented by foundational phenotypic datasets from differentiated disease-relevant cells derived from these lines. LNG anticipates that this resource will substantially accelerate the pace of mechanistic discovery regarding how Alzheimer’s Disease and Related Dementia mutations cause disease.
LGG, NIA requires reagents that must be compatible with the 10X Genomics single cell sequencing system, delivers paired full-length T-cell receptor alpha and beta chain sequences at the single cell level using universal and unbiased amplification strategies, thus avoiding amplification and detection bias associated with complex multiplex PCR while revealing deeper biological complexity of antigen specificity on a per-cell basis than single-chain (e.g. TCRβ) methods. The incorporation of a unique molecular identifier (UMI) in the template switch oligo enables transcript quantification and further reduces systematic bias by controlling for non-biological SNVs or other variants introduced by PCR and sequencing error. Enables the detection of germline and somatic variation across full-length antigen receptor V(D)J gene sequences. Identifies both productive and non-productive recombination events as well as adaptive immune cells with more than one productive T-cell receptor alpha or beta chain. Maps transcription start sites.
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:
Dual Index Kit TT Set A 96 rxns, Catalog # 1000215
Chromium Next GEM Chip G Single Cell Kit, 48 rxns, Catalog # 1000120
Chromium Next GEM Single Cell 3' Kit v3.1, 16 rxns, Catalog # 1000268
Quantity:
One (1) Dual Index Kit TT Set A 96 rxns
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 (Oct 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 9/3/2021 10:00 am Eastern Standard Time and must reference announcement / solicitation number. 21-011547. Responses may be submitted electronically to Randall Carter - Randall.carter@nih.gov(link sends email) . 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.