Contact Points
Independently, and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to deliver the product described below:
Purchase Description:
Name: Human Genome-Wide CRISPRi Dual-sgRNA Library
Catalog #: KIDHGW-105K-V9
Manufacturer: Cellecta
Amount: 10^9 TU Virus
Quantity: 1
Name: NGS Prep Kit for Dual-sgRNA Libraries in pRSL10 (KADHGW/KIDHGW)
Catalog #: LNGS-400
Manufacturer: Cellecta
Amount: 48 Sample Kit
Quantity: 1
Name: CRISPRiTest™ Functional dCas9-Repressor Fluorescent Reporter Assay Kit
Catalog #: CRITEST
Manufacturer: Cellecta
Amount: One (1) Kit (5-10 Cell lines)
Quantity: 1
Salient characteristics:
- Must be a pooled library of more than 100,000 dual-sgRNA constructs
- Constructs must target a single gene, with dual sgRNA in each construct.
- Must work with deactivated Cas9 (dCas9) complexed with the KRAB repressor to inactivate or down regulate gene expression.
- Five CRISPRi dual-sgRNA constructs must target each gene.
- NGS sequencing workflow must be compatible with aforementioned dual-guide CRISPRi library from Cellecta (KIDHGW).
- Functional assay for dCAS9 repressive activity using flow-cytometry.
Delivery or Deliverables:
The contractor shall provide the product within three (3) weeks after award.
The delivery shall be sent to the following individual:
NCATS/NIH c/o Mark Henderson
9800 Medical Center Dr.
Bldg B, Lab 1003
Rockville, MD 20850
301-827-1769
- Period of Performance OR Delivery Date After Receipt of Order:
- Shipping Point (F.O.B. OR Destination):
- Payment Discount Terms:
- NIH BPA Number
- DUNS No:
- Name of Company:
- Street Address, City, State, Zip code:
- Name of Person Authorized to Provide Quote:
- Telephone Number and Email Address of Person Authorized to Provide Quote:
Contract Type:
A Fixed-Price type of Purchase Order award not exceeding the Simplified Acquisition Threshold is anticipated for any contract resulting from this requirement. The anticipated award date is September 7, 2023.
Place of Manufacture:
The offeror shall state the place of manufacture when submitting a quotation in response to this Request for Quotations.
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/
-
-
-
- The provisions of FAR Clause 52.212-1 Instructions to Offerors—Commercial Items (Mar 2023) is applicable to this solicitation.
- The provisions of FAR Clause 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 product offered to meet the Government requirement;
- Price; and
- Past performance [see FAR 13.106-2(b)(3)].
-
-
-
- The provisions of FAR Clause 52.212-3, Offeror Representations and Certifications—Commercial Items (Dec 2022), is applicable to this solicitation.
- The provisions of FAR Clause 52.212-4, Contract Terms and Conditions—Commercial Items (Dec 2022) with Addenda: Stop Work Order, FAR Clause 52.242-15 (Aug 1989) is applicable to this solicitation.
- The provisions of FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (Jun 2023) is applicable to this solicitation:
-
-
52.204-27 Prohibition on a ByteDance Covered Application (Jun 2023)
52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2022)
52.219-28 Post Award Small Business Program Rerepresentation (Mar 2023)
52.222-3 Convict Labor (Jun 2003)
52.222-19 Child Labor—Cooperation with Authorities and Remedies (Dec 2022)
52.222-21 Prohibition of Segregated Facilities (Apr 2015)
52.222-26 Equal Opportunity (Sep 2016)
52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020)
52.222-50 Combating Trafficking in Persons (Nov 2021)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020)
52.225-1 Buy American-Supplies (Oct 2022)
52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021)
52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Oct 2018)
In addition, the following FAR provisions 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)
HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015) is applicable.
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 a separate document with their quotation.
- FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
- FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
- FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)
- NIH Invoice and Payment Provisions (3/20/2023)
Period of Performance/Delivery Date: 3 weeks after contract award. Inspection and acceptance will be performed at NCATS located at 9800 Medical Center Drive, Rockville, MD 20852. A firm fixed price type order is anticipated to be awarded as a result of this RFQ.
Brand Name or Equal:
Respondents proposing on an equal product 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.
Responses to this notice must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. The response shall include: the unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations.
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.