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 essential characteristics of the 10x Genomics Chromium reagent kits requested in this acquisition that limit the availability to a brand name are their ability to enable deep profiling of complex cell populations through high throughput digital gene expression allowing analysis of individual cells. Only this suggested source can furnish the requirements, to the exclusion of other sources, because these consumable kits are required to utilize the Chromium Systems for single cell sequencing analysis.
The material or service must be compatible in all aspects (form, fit, and function) with the 10x Genomics Chromium Controller presently installed. These consumables (kits) are required to process samples provided by researchers into single cell libraries using this 10x Chromium Controller which can be sequenced to generate scientific data for analysis.
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 and Genomics (LGG) is utilizing these reagents for projects that will focus on Single-cell RNA sequencing (scRNA-seq) as a key technique that enables us to capture between 10,000 to 80,000 single cells, mark each cell with a bar-code and a second unique molecular code that can be tagged to RNA. Following RNA isolation and sequencing, these unique codes are read and computationally stratified to learn the nature of transcripts 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 in individual cells. There is a wide interest in the field to define the nature of cells during the senescence program and their fate during aging. The method helps to distinguish cell types with different functions during senescence and aging. It is important to note that this system is much more “automatized” than other available methods, so that it is correspondingly more likely to get dependable data from precious samples.
Purchase Description:
Chromium Next GEM Single Cell 3’ Kit v3.1, 16 rxns
Dual Index Kit TT Set A 96 rxns
Salient characteristics:
- Must be compatible with the the contractor’s Chromium Controller system currently installed
- High gene sensitivity, low multiplet rates
- Compatible with Feature Barcoding technology
- Robust workflow
- Simple chip loading
- Compatible with whole cells and nuclei
- Industry leading cell capture rates (~65%)
- Broad range of sample throughput (1-8 samples per chip)
- Broad range of cell throughput per sample (500 - 10,000 cells)
- Cell size flexibility - no lower limits
Quantity: One (1) Chromium Next GEM Single Cell 3’ Kit v3.1, 16 rxns
One (1) Dual Index Kit TT Set A 96 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 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).
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 (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. 52.211-6, 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 9/15/2023, at 10AM EST and must reference announcement/solicitation number 23-010849. 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.