22-007640

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Single cell gene expression reaction kits
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Randall
Carter
randall.carter@nih.gov
NAICS Code Number
325413
In-Vitro Diagnostic Substance Manufacturing
Small Business Size Standard
1250
FPDS Classification Code
6505
Delivery of Goods
30 Days ARO
Competition Status
Brand Name Only
Vendor Name
10X Genomics
Address
6230 Stoneridge Mall Road
Pleasanton, CA 94588-3260
Single-Sole Source Determination
Statutory Authority:
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.

Single-Sole Source Determination:
This is a brand name requirement for Chromium Next GEM Single Cell kits. The essential characteristics of the 10X Single Cell RNA sequencing kit that limit the availability to a sole source are of the capacity of the product and reproducibility. Only this brand can furnish the requirements needed to properly sequence induced neuronal stem cells and is reliable enough to ensure that kit can be used repeatedly for different cell lines. The service must be compatible with the Chromium Connect System for our sequencing protocol

Background/Description of Requirement

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 2202-07 dated August 10, 2022.

This acquisition is necessary to provide supplies and reagents to the Translational Gerontology Branch for neurodegenerative disease research for gene expression analyses.

The specific project utilizing the single cell gene expression reaction kit will focus to profile the epigenetic landscape and gene expression of induced neuronal stem cell lines. The Fibroblasts will be taken from both patients with progressive Multiple Sclerosis (PMS) and age matched controls. These cells will then be cultured into induced neural stem cells (iNSCs) through the use of non-integrating Sendai virus. The experimental line from the PMS patients is considered to be in a state between senecense and healthy, where the iNSCs do not grow at a rate similar to that of the control line and exhibit different morphological and genetic traits. We wish to quantify these differences between the PMS iNSCs and the control iNSCs to determine if one can viably produce functional, pluripotent iNSCs from PMS patients.

 Purchase Description -

  • Chromium Next GEM Single Cell 3' Kit v3.1, 16 rxns
  • Dual Index Kit TT Set A 96 rxns
  • Chromium Next GEM Chip G Single Cell Kit, 48 rxns

Salient characteristics:

The Chromium Next GEM Single Cell 3’ Reagent Kits must:

  • Enable deep profiling of complex cell populations with high-throughput 3’ digital gene expression and feature analysis of individual cells.
  • Provide single-cell sequencing that can detect biologically relevant gene expression signals masked by bulk measurement for a wide dynamic range of individual cells per chip across heterogeneous cell types (up to 8,000 cells per LT chip, up to 80,000 cells per standard throughput chip, up to 320,000 cells per HT chip)
  • Uncover rare or novel cell types and that can be characterized based on environmental or experimental conditions.
  • Allow for simultaneous assessment of many phenotypes (e.g. gene expression and protein abundance).
  • Allow targeted gene expression analysis with pre-designed and custom gene panels.
  • Be compatible with the Chromium Connect.

Quantity: One (1) of each

Delivery Date: 45 days ARO

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 Unique Entity Identifier (UEI), the Taxpayer Identification Number (TIN), certification of country of ownership, 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.   Open Market; GSA FSS Contract Number; Other Government Agency (OGA) Contract Number, Government-wide Agency (GWAC) Contract Number; or National Institute of Health (NIH) Blanket Purchase Agreement (BPA) Number:

5.    SAM Unique Entity Identifier (UEI) 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:

For equipment/parts/supply requirements under this requirement, if applicable, responses must include: the place of manufacturing (i.e., address if supply/equipment is a domestic end product and include country of manufacture).

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.

In case domestic sources are available and capable of fulfilling the Government’s need, the Government will use evaluation preferences in accordance with FAR 25.

Additional Terms and Conditions, Provisions, and Representations:

The FAR Clauses are incorporated by reference and are provided in full text at https://www.acquisition.gov/

1. FAR Provision 52.212-1 Instructions to Offerors-Commercial Items (Sept 2021) is applicable to this solicitation.

2. FAR Provision 52.212.2 Evaluation-Commercial Items (Oct 2014) is applicable to this solicitation. The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Technical capability of the item offered to meet the Government requirement; Price; and Past performance [see FAR 13.106-2(b)(3)]

3. FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021), is applicable to this solicitation 

4. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (November 2021), is applicable to this solicitation.

5. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2022) is applicable to this solicitation. See attachment. 

In addition, the following FAR provisions and clauses are applicable to this solicitation and incorporated by reference: 

52.204-7 System for Award Management (Oct 2018), 

52.204-13 System for Award Management Maintenance (Oct 2018), 

52.204-16 Commercial and Government Entity Code Reporting (Aug 2020), 

52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020),

52.211-6, Brand Name or Equal (Aug 1999),

52.225-1, Buy American-Supplies (Nov 2021) (41 U.S.C. chapter 83)

HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015).

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 a completed copy as a separate document 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 Video Surveillance Services or Equipment (Aug 2020)
  3. FAR 52.204-26, Covered Telecommunications Equipment or Services Representation (Oct 2020)
  4. NIH Invoice and Payment Provisions

All responses must be received by 9/09/2022, at 12 PM EST and must reference announcement/solicitation number 22-007640. Responses may be submitted electronically to Randall Carter Randall.carter@nih.gov).  Fax responses will not be accepted.

 

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.