NIA 22-010636

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Chromium Next GEM Single Cell Kits
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Lorraine
Gibbs
lorraine.gibbs@nih.gov

Secondary Contracting Officer

Taryn
Mabe
Taryn.Mabe@nih.gov
NAICS Code Number
325413
In-Vitro Diagnostic Substance Manufacturing
Small Business Size Standard
1250 Employees
FPDS Classification Code
6550
Delivery of Goods
30 Days ARO
Set-Aside Status
Not Set Aside
Competition Status
Brand Name Only
Vendor Name
10X Genomics
Address
6230 Stoneridge Mall Road
Pleasanton, California, 94588-3260
United States
Single-Sole Source Determination
This is a brand name requirement for the Single Cell Sequencing Kits. The essential characteristics of the 10X Single Cell sequencing kit that limit the availability to a sole source are of the capacity of the product and reproducibility. Only this suggested source 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 kits must be compatible in all needed aspects (form, fit, and function) for our sequencing protocol. Only 10X Genomics kits are compatible with the 10X Genomics platform already owned by TGB/NIA.

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 2202-07 dated August 10, 2022.

The Experimental Gerontology Section, Translational Gerontology Branch, National Institute on Aging are currently collaborating with a lab at the University of Cambridge, UK, to profile multiple different induced neuronal stem cell lines. Fibroblasts were taken from both patients with progressive Multiple Sclerosis (PMS) and age matched controls. These cells were then 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 in order to determine if one can viably produce functional, pluripotent iNSCs from PMS patients. Sequencing kits for the 10X Genomics platform are required to quantify these differences and to conduct single cell RNA sequencing of neuronal progenitor/stem cells.

 

Generic Name of Product:  Sequencing kits

 

Purchase Description: Chromium Next GEM Single Cell Kits.

 

The specific items that are needed are:

  • Chromium Next GEM Single Cell 3' Kit v3.1, 16 rxns; Catalog # 1000268; and

  • Chromium Next GEM Chip G Single Cell Kit, 48 rxns; Catalog # 1000120.

 

Salient characteristics

These  reagents must be compatible with the 10X Genomics single cell sequencing system, with the ability to process RNA from live cells following the manufacturer’s protocol, with a minimum shelf life of 6 months if stored properly.  The purpose of these reagents will be to create a library specific for each single cell which can then be amplified and sequenced.  The reagents will be able to enter an individual cell, label the RNA with a unique identifier which will be specific for all the labeled RNA in that cell which will be distinguishable from every other cell which will also be labeled with their own unique identifier.  These labeled RNAs will then be further amplified and converted to cDNA libraries which can then be fragmented and sequenced.  The reagents purchased must be compatible with the 10X genomics sequencing machinery allowing for formation of GEMS for each individual cell. Other salient characteristics that are required in the Chromium Next GEM Single Cell 3' Kit v3.1, 16 rxns include:

  • Ability to enable deep profiling of complex cell populations with high-throughput 3’ digital gene expression.

  • Allow for feature analysis of individual cells.

  • Seamless integration with 10X Genomics platform, allowing the ability to provide unique individual bar codes and generate single cell transcription libraries.

 

The salient characteristics that are required in the Chromium Next GEM Chip G Single Cell Kit, 48 rxns include:

  • Ability to deliver a scalable microfluidic platform for 3’ digital gene expression profiling of up to 80,000 cells per run.

  • Barcoding technology to allow simultaneous profiling of additional cellular phenotypes.

 

Quantity: 1 of each item.

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. 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 (May 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 52.204-25, 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 September 5, 2022 at 2PM and must reference announcement / solicitation number NIA 22-010636. 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.