NIA 22-011474

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
TotalSeq-C Human Universal Cocktail, V1
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Carla
Blalock
carla.blalock@nih.gov

Secondary Contracting Officer

Taryn
Mabe
taryn.mabe@nih.gov
NAICS Code Number
325414
Biological Product (except Diagnostic) Manufacturing
Small Business Size Standard
1250 Employees
FPDS Classification Code
6550
Estimated Period of Performance
NA
Delivery of Goods
30 days ARO
Set-Aside Status
Not Set Aside
Competition Status
Non-Competitive
Vendor Name
Biolegend
Vendor Address
8999 BioLegend Way
San Diego, CA 92121
Vendor Name
Biolegend
Address
8999 BioLegend Way
San Diego, CA 92121
Single-Sole Source Determination
Acquisition Authority. This acquisition is conducted under the authority of Federal Authority 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 valueless than the simplified acquisition threshold are exempt from the requirements of FAR Part 6- Competition Requirements.

This notice of proposed acquisition is posted as an intent to award a purchase order on a non-competitive basis to Biolegend for the purchase of a TotalSeq-C Human Universal
Cocktail, V1.0. National Institute on Aging Laboratory of Molecular Biology and Immunology optimized the conditions for these kits and used them for ongoing projects. As conditions are optimized and data is already generated and analyzed, it is imperative that the same kits/reagents and procedure regarding the assays are maintained. Proceeding this way will maximize the possibility of generating comparable data and accelerate the publication time. Furthermore, Biolegend is the only company that makes these kits and these kits are used on our existing Robosep equipment. Biolegend attests to being the only manufacturer and supplier of the required product.
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 2202-07 dated August 10, 2022.

The Laboratory of Molecular Biology and Immunology (LMB), National Institute on Aging (NIA) requires the TotalSeq-C Human Universal Cocktail, V1.0. The TotalSeq-C Human Universal Cocktail has been designed to react with 130 unique cell surface antigens, including principal lineage antigens, and includes 7 isotype control antibodies, to aid in the multiomic characterization of immune cells. The lyophilized cocktail provides convenience when processing several samples at the same time or at different time points, reducing inconsistencies associated with pipetting and handling multiplex vials and samples.  

Generic Name of Product:  Reagent Kits. 

Purchase Description: TotalSeq-C Human Universal Cocktail, V1, cat. # 399905

Salient characteristics: The antibodies in the cocktail must be provided at optimized concentrations to provide a ready-to-use solution once the cocktail has been reconstituted. The TotalSeq-C Human Universal Cocktail V1.0 should be packaged in single-use vials that are compatible with both V1 and V2 of 10x Genomics Single Cell Immune Profiling kits.  The kits must be designed to profile protein expression at a single cell level and can be used for multiple cell types and cell states.   

Quantity:  Six (6) kits

Delivery Date: 30 days of contract 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. Open Market; GSA FSS Contract Number; Other Government Agency (OGA) Contract Number, Government-wide Agency (GWAC) Contract Number; or National Institute of Health (NIH) Blanket Purchase Agreement (BPA) Number:

5. SAM Unique Entity Identifier (UEI) No:

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 (Sept 2021) is applicable to this solicitation.
  • FAR Provision 52.212.2 Evaluation-Commercial Items (Oct 2014) 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 (Feb 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. See attachment. 

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), 
  • 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020), 
  • 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020),
  • HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015).
  • 52.211-6, Brand Name or Equal (Aug 1999),
  • 52.225-1, Buy American-Supplies (Nov 2021) (41 U.S.C. chapter 83).

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.

  • FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)
  • FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)
  • FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)
  • NIH Invoice and Payment Provisions

All responses must be received by August 25, 2022, at 12pm EST and must reference announcement/ solicitation number NIA-22-011474. Responses may be submitted electronically to Carla Blalock (carla.blalock@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.