NIA 22-009259

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Visium Spatial Tissue Kits
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Lorraine
GIBBS
lorraine.gibbs@nih.gov
NAICS Code Number
325413
In-Vitro Diagnostic Substance Manufacturing
Small Business Size Standard
1250
FPDS Classification Code
6550
Delivery of Goods
30 days ARO
Competition Status
Brand Name Only
Vendor Name
10X Genomics
Address
6230 STONERIDGE MALL ROAD
PLEASANTON, CA 94588
Single-Sole Source Determination
This is a brand name requirement for Visium Spatial Tissue Optimization Slide & Reagent Kits and Visium Spatial Gene Expression Starter Kit. The essential characteristics of the 10X Genomics Visium spatial transcriptomic platform that limit the availability to a sole source is the ability to label nuclei acids within these cells with a unique tag to assess cellular heterogeneity within the spatial context of a tissue section. Only this brand can furnish these requirements, to the exclusion of other sources, as it complements the existing 10X Genomics single cell analysis. In the current configuration, the Visium spatial transcriptomics system can provide near-single cell resolution of up to 5000 spots in a 6.5x6.5 mm2 tissue region.
Background/Description of Requirement

This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 – Simplified Acquisition Procedures and FAR Part 12—Acquisition of Commercial Items, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2202-06 dated May 26, 2022.

The Visium spatial transcriptomic platform utilizes the same underlying principles of chemistry and bioinformatics as the 10X Genomics single cell platform which is heavily utilized in the National Institute on Aging (NIA) Computational Biology and Genomics Core (CBGC) within the Laboratory of Genetics and Genomics (LGG). By marking nucleic acids with a barcode and a second unique molecular code that is associated either with a cell (single cell) or location (Visium), these unique codes can be read by sequencing, deconvoluted and stratified to distinguish between differences in transcriptional cellular complexity in individual cells (single cells) or from a spatially-defined cellular location on a specialized (Visium) microscope slide. Adding the Visium-platform enables us to understand not only the transcriptional heterogeneity of individual cells, but to do so in their spatial tissue context, and to approach different scientific questions with a much higher resolution using highly validated methods. LGG/NIA requires these kits to be used with the Visium spatial transcriptomic platform.

Description: Visium Spatial Kits

Salient Characteristics:

  • 2, 4, or 16 reaction Visium Spatial Gene Expression kits 
  • All critical and non-standard reagents and slides to be included in the kit
  • 2 or 4 (6.5mm x 6.5mm) capture areas per slide
  • 4992 55µm barcoded spots per capture area
  • Each barcoded spot contains millions of capture oligos
  • 100 µm center-to-center distance between spots
  • High sensitivity with a variety of tissue types

Quantity:

  • Visium Spatial Tissue Optimization Slide & Reagent Kit 4 slides -  Quantity 1
  • Visium Spatial Gene Expression Starter – Quantity 1

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.”

SUMMARY STATEMENT:

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. 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/:
 

  • FAR Provision 52.212-1 Instructions to Offerors-Commercial Items (Nov 2021) is applicable to this solicitation. 
  • 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)] 
  • FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), is applicable to this solicitation 
  • FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (November 2021) is applicable to this solicitation.
  • FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (January 2022) is applicable to this solicitation. 

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), 
  • FAR 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 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 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)

3. NIH Invoice and Payment Provisions

All responses must be received by August 12, 2022 at 1PM and must reference announcement / solicitation number NIA 22-009259.  Responses may be submitted electronically to Lorraine Gibbs at Lorraine.Gibbs@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.