23-010200

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Seeker Bundle Kit
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Randall
Carter
randall.carter@nih.gov

Secondary Contracting Officer

Wiwa
Lui
wiwa.lui@nih.gov
NAICS Code Number
541715
Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
Small Business Size Standard
1000
FPDS Classification Code
6505
Estimated Period of Performance
N/A
Delivery of Goods
30 Days ARO
Set-Aside Status
Not Set Aside
Competition Status
Non-Competitive
Vendor Name
Curio Biosciences
Vendor Address
4030 Fabian Way
Palo Alto, CA 94303
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.

The essential characteristics of the Seeker Kit Bundle that limit the availability to a sole source are the 10 mm x 10 mm format is critical to its intended use and that the specifics of rapid sequencing library generation (8 hours, 2.5 hours hands on) as well as the 10 micron resolution, and ability to run these experiments without the use of technique-specific instrumentation are essential to the program’s needs. Only this suggested source can furnish the requirements, to the exclusion of other sources.
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 2023-04 dated June 2, 2023.

The National Institute on Aging (NIA), Laboratory of Genetics & Genomics (LGG) requires the Seeker Kit Bundle an advanced technology used in spatial sequencing, a technique that allows for the analysis of gene expression within intact tissue samples while preserving their spatial context. The Seeker Kit operates by integrating imaging and sequencing technologies. Initially, the tissue sample is prepared on a specialized platform that supports the preservation of spatial information. Each cell's location within the tissue is captured using high-resolution imaging. Subsequently, the sample undergoes a sequencing process, where the RNA molecules are converted into complementary DNA (cDNA) and amplified. The cDNA is then sequenced, allowing for the quantification of gene expression levels in each cell. Crucially, the spatial information obtained from the imaging step is retained throughout the sequencing process. This enables the reconstruction of the original spatial organization of cells, providing researchers with valuable insights into how gene expression patterns vary across different regions of the tissue. The Seeker Kit Bundle plays a pivotal role in this process by providing the computational tools and algorithms necessary for the accurate alignment of the sequencing data with the spatial information, facilitating the interpretation of complex spatial transcriptomic datasets.

Purchase Description:

  • 10 x 10 Seeker Kit Bundle (4 Tile) - Early Access                 
  • 3 x 3 Seeker Kit Bundle V1.1 Bundle of Box 1 (K001), Box 2 (K002) and 8 tile pouch (3 x 3) (SQB003)
  • Seeker Dual Indexing Primer Kit                     
  • Thermal Cycler Adapter Thermal Cycler Adapter for 10 x 10 mm reaction chambers

Salient characteristics:

10X10 Seeker Kit Bundle: The new 10mm x 10mm Tile size is unique.

Each 10 x 10mm Tile consists of more than 1,000,000 10 um beads in a monolayer and allows for a large tissue area to be interrogated at the transcriptome level.

The Seeker Kit Bundle is the only reagent kit which delivers whole-transcriptome spatial data at 10 um resolution in fresh frozen tissue.

Seeker Kit Bundle: The kit includes Tiles and reagents to perform a library prep for whole genome transcriptomic profiling with spatial context. The kit includes a .txt file of the location of each bead and sequence information for each bead barcode on the Tile. After hybridization on the Seeker Tile and subsequent sequencing, the fastq, Tile ID and reference genome are processed by the Seeker pipeline. This software generates a standard report which give QC information about the quality of the Tile and sequencing run. The quality metrics include the number of reads from the sequencing run, if the correct Tile ID or reference genome was used, or if any data was lost at the bench. The Seeker kit is the only technology which delivers whole transcriptomic spatial data at 10um resolution in fresh frozen tissue.

Quantity:

  • One (1) - 10 x 10 Seeker Kit Bundle (4 Tile) - Early Access
  • One (1) - 3 x 3 Seeker Kit Bundle V1.1 Bundle of Box 1 (K001), Box 2 (K002) and 8 tile pouch (3 x 3) (SQB003)
  • Two (2) - Seeker Dual Indexing Primer Kit
  • One (1) - Thermal Cycler Adapter Thermal Cycler Adapter for 10 x 10 mm reaction chambers

Delivery Date: 30 days after receipt of award

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. NIH BPA Number, if applicable:

 5. SAM UEI Number:

 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).

 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 (Mar 2023) is applicable to this solicitation.

 2. FAR Provision 52.212.2 Evaluation-Commercial Items (Nov 2021) 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 (Dec 2022), is applicable to this solicitation.

 4. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (Dec 2022) 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 (June 2023) is applicable to this solicitation.

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

 1. 52.204-7 System for Award Management (Oct 2018),

 2. 52.204-13 System for Award Management Maintenance (Oct 2018),

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

 4. 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020),

 5. 52.211, Brand Name or Equal (Aug 1999)

6. 52.225-1, Buy American Supplies (Oct 2022) (41 U.S.C. chapter 83)

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

 8.  FAR 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023)

 The following provisions and clauses apply to this acquisition and are available 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 (Nov 2021)

 2. FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)

 3. FAR 52.204-26, Covered Telecommunications Equipment or Services Representation (Oct 2020) 3. NIH Invoice and Payment Provisions

 4. NIH Invoice and Payment Provisions 

 

All responses must be received by 9/11/2023, at 12PM EST and must reference announcement/solicitation number 23-010200. 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.